Center for Biologics Evaluation and Research (CBER) DBPAP/ Amb a 1-Specific Aptamers
ID: 75F40124Q00548Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Biological Product (except Diagnostic) Manufacturing (325414)

PSC

SPECIAL STUDIES/ANALYSIS- CHEMICAL/BIOLOGICAL (B504)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small businesses to develop Amb a 1-specific capture and biotin-labeled detection aptamers for use in Enzyme Linked Immunosorbent Assay (ELISA) applications. The objective of this procurement is to create reference standard aptamers that will facilitate the measurement of biological potencies in commercial ragweed pollen extracts, which are crucial for allergen standardization in the United States. This initiative underscores the importance of advancing biotechnology in allergen detection, particularly in relation to ragweed, a common allergen. Interested parties should submit their quotes in response to Request for Quotations (RFQ) No. 75F40124Q00548, with the contract anticipated to last from September 30, 2024, to September 29, 2025. For further inquiries, potential offerors can contact Nicholas Bisher at Nicholas.Bisher@fda.hhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotations (RFQ) No. 75F40124Q00548 issued by the U.S. Food and Drug Administration (FDA) for the development of Amb a 1-specific aptamers for Enzyme Linked Immunosorbent Assay (ELISA) applications. The RFQ invites small businesses to submit quotes for a contract with a firm-fixed-price purchase order anticipated to last from September 30, 2024, to September 29, 2025. Key information includes the background of the project, necessitated by the need for standardization of ragweed allergen extracts based on Amb a 1 content, and the scope detailing a phased development of monoclonal aptamers. The document outlines the technical requirements, including screenings and reports at various development phases, and specifies the delivery of identified aptamer pairs. Administrative details cite strict compliance with federal regulations and state that all submissions should follow outlined protocol by a specified deadline, with communications directed to the Contracting Officer and Contract Specialist. This RFQ illustrates the FDA's focus on advancing biotechnology in allergen detection while emphasizing adherence to regulations that promote opportunities for small businesses in government contracting.
    The document outlines a Request for Proposal (RFP) pertaining to Task Order FDA-75F40124Q00548, structured as a firm fixed-price contract. The contract is intended to span from the date of award for a duration of twelve months and includes deliverables divided into three distinct phases. The financial figures for each phase are to be determined, with a total firm fixed price yet to be specified. This RFP emphasizes the need for structured financial assessment of each phase, promoting clarity and accountability in federal contracting. It underscores the government's prioritized approach for rendering services through structured phases, reflecting best practices in procurement processes. Ultimately, this document serves as a framework for soliciting proposals from potential contractors equipped to fulfill the outlined phases, ensuring alignment with federal standards and goals.
    The document serves as the RFQ Question Submittal Form for Request for Quotations (RFQ) No. 75F40124Q00548, specifically concerning the procurement of Specific Aptamers related to the DBPAP/Amb a 1 project. It outlines the necessary submission format for inquiries regarding various attachments, including the Statement of Work and Labor Category Descriptions, which are pivotal for potential offerors. The form includes a section for referencing specific parts of the RFQ, allowing for organized communication of questions and ensuring that offerors can seek clarification on crucial elements related to performance expectations, qualifications, and overall requirements. This structured approach aids in maintaining clarity throughout the bidding process, reinforcing the governmental intent to foster transparency and competitiveness among suppliers. The comprehensive handling of queries is vital to the procurement process, ensuring that all stakeholders have the necessary information to participate effectively. The RFQ aims to contract specialized services aligned with compliance and operational standards while managing intricate procurement details efficiently.
    Similar Opportunities
    Automated Liquid Handling Systems– Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of two automated liquid handling systems, either brand name or equal, to support the Vaccine Production Program (VPP) at the National Institute of Allergy and Infectious Diseases (NIAID). These systems are critical for high-throughput, microscale protein purification and product characterization, which are essential for developing vaccines against various pathogens, including HIV and SARS-COV-2. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Daveta H. Brown at daveta.brown@nih.gov, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
    PRIMO Software Licensing
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.
    DM: Prediction Model Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking advanced prediction model software to enhance product quality and efficiency within its Division of Product Quality and Research (DPQR). The software must be capable of mining large and complex datasets to identify critical quality parameters and optimize product performance at a molecular level, particularly in a high-performance computing (HPC) environment. This procurement is vital for addressing product quality issues in pharmaceutical manufacturing and ensuring compliance with FDA standards. Interested vendors should contact Allison Meads at allison.meads@fda.hhs.gov or Steven Gagnon at steven.gagnon@fda.hhs.gov for further details, as the contract will follow a firm fixed price model with specific deliverables and a performance period extending until installation and warranty completion.
    Software License and Device Warranty for Two Nanopore GridION Instruments
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to procure a Software License and Device Warranty for two Nanopore GridION instruments, which are critical for the FDA's Next Generation Sequencing (NGS) initiatives focused on genomic data collection and analysis. The procurement aims to ensure optimal performance of these instruments through software and hardware updates, remote troubleshooting, and a return and replace policy for faulty devices, with a total cost of $25,000 for a one-year warranty and license renewal. This acquisition underscores the FDA's commitment to enhancing pathogen identification capabilities through advanced genomic technology, with the performance period set from September 28, 2024, to September 27, 2025, and the possibility of extending for three additional years, subject to funding. Interested vendors should submit their quotes electronically to Raphael Hall at raphael.hall@fda.hhs.gov by September 19, 2024, at 11:59 PM Eastern Standard Time.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    Hitachi HT7800 Transmission Electron Microscope
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of a Hitachi HT7800 Transmission Electron Microscope. This acquisition aims to support the development of antibody therapeutics and the design of vaccines and antivirals, which are critical for ongoing research at the Vaccine Research Center (VRC). The procurement is governed by FAR Simplified Acquisition Procedures, and the selected vendor will be required to deliver the microscope within 30 days of award, with installation and training to be completed by March 25, 2024. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Hershea Vance at hershea.vance@nih.gov, and ensure compliance with all specified requirements and clauses outlined in the solicitation.
    IMMUNE EPITOPE DATABASE AND ANALYSIS PROGRAM
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is soliciting proposals for the Immune Epitope Database and Analysis Program, aimed at enhancing research capabilities related to infectious diseases, allergies, and autoimmunity. The program seeks to provide a comprehensive resource for researchers to explore data on antibody and T-cell epitopes, with a focus on maintaining high standards of compliance and transparency in research practices. Proposals are due by November 19, 2024, with a base performance period from October 15, 2025, to October 14, 2026, and potential extensions for up to four additional years. Interested parties can contact Brandon de White at whitebra@niaid.nih.gov or Tom Bahrami at bahramit@niaid.nih.gov for further information.
    Facility Management System (FMS) Administration and Data Management
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors for the administration and data management of its Facility Management System (FMS), utilizing the ARCHIBUS software. The contractor will be responsible for providing ongoing FMS support, ensuring compliance with federal reporting requirements, maintaining data integrity, and offering user training and technical assistance. This initiative is crucial for managing the FDA's facilities efficiently in response to increasing service demands and regulatory requirements, with the contract anticipated to span from March 24, 2025, to March 23, 2030. Interested parties must submit their responses, including a Vendor Feedback Form, to Nicholas Bisher and Kimberly Pennix by September 23, 2024, at 2:00 PM EST, as this is a Sources Sought Notice and not a solicitation for proposals.
    Engineering and Application Support Services
    Active
    Health And Human Services, Department Of
    The Food and Drug Administration (FDA) is seeking qualified small businesses to provide Engineering and Application Support Services aimed at modernizing its IT infrastructure and application environments. The procurement focuses on DevSecCXOps, Innovation, Modernization, and Engineering Services, with an emphasis on IT project management, infrastructure modernization, and operational support. This initiative is critical for enhancing the FDA's technological capabilities to ensure public health safety and streamline service delivery. Interested contractors must submit their responses by September 30, 2024, detailing their corporate profiles and relevant experience, with a projected contract value of up to $80 million. For further inquiries, potential bidders can contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov.
    High-content, Multiomic Imaging System for Spatial Biology Research
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for a high-content, multiomic imaging system to enhance spatial biology research focused on tick-borne infectious diseases. The procurement requires a comprehensive multiomics platform, including a widefield epifluorescence microscope, a scientific CMOS high-resolution camera, a liquid handling station, and associated software, along with installation and training services. This acquisition is crucial for advancing research methodologies in public health and will be processed under Simplified Acquisition Procedures, with a firm-fixed-price purchase order anticipated. Interested offerors must submit their quotes by September 20, 2024, and can direct inquiries to Seth Schaffer at seth.schaffer@nih.gov or Tamara McDermott at tamara.mcdermott@nih.gov.