- PfCelTOS/Glyco-Mod Modified Bases mRNA, 5 mL Transcription scale Modified mRNA Transcript With Full Substitution of Pseudo-U and 5-Methyl-C Capped (Cap 1) using CleanCapTM AG Polyadenylated (120A) Dnase and Phosphatase Treatment Silica Membrane Purification Packaged as a solution in 1 mM Sodium Citrate, pH 6.4, including gene synthesis
- PfCelTOS/Glyco-Mod Modified Bases mRNA, 5 mL Transcription scale Unmodified mRNA Transcript Using Wild Type Bases Capped (Cap 1) using CleanCapTM AG Polyadenylated (120A) Dnase and Phosphatase Treatment Silica Membrane Purification Packaged as a solution in 1 mM Sodium Citrate, pH 6.4, including gene synthesis
- mRNA 1, 5 mL Transcription scale Unmodified mRNA Transcript Using Wild Type Bases Capped (Cap 1) using CleanCapTM AG Polyadenylated (120A) Dnase and Phosphatase Treatment Silica Membrane Purification Packaged as a solution in 1 mM Sodium Citrate, pH 6.4 , using template from previous synthesis
This requirement is for the synthesis and delivery of mRNA products in different quantities and different sequences as needed by WRAIR's Malaria Vaccine Branch (MVB). MVB will provide an mRNA sequence to the vendor who will synthesize that sequence and add stabilizing factors to both ends of the mRNA (at the 5' and 3' ends).
WRAIR has previously purchased mRNA from TriLink Biotech. They provided sequences to TriLink, which synthesized the sequence and added their own proprietary stabilizing factors. MVB does not have access to the sequences of these stabilizing factors and does not have their own stabilizing factors. If a different stabilizing factor sequence is used, it will void all research previously conducted using the TriLink mRNA.
The North American Industry Classification System (NAICS) for this requirement is 325413 and the size standard is 1,250 Employees.
This announcement constitutes the only notice by the government; a written solicitation will not be issued. All sources that believe they are eligible to provide these items must respond in writing. Responses must be supported with clear and convincing evidence to clearly articulate the ability to provide the items outlined above. A request for documentation will not be considered an affirmative response. This Special Notice of Intent is not a request for competitive quotes. Information received will be considered solely for the purpose of determining whether a competitive procurement is in the best interest of the Government. If no written responses are received by the date listed below, the purchase will be awarded without further remark. All questions and responses concerning this notice shall be emailed to Ms. Dawn Jennings at [email protected].
Interested concerns must identify their capability in writing to the above e-mail address or by mail to the address listed below no later than 3:00 pm EST, Thursday, January 3, 2019.
Contracting Office Address:
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
Point of Contact:
Dawn Jennings