Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-27 09:25:00
United States SAM

Peptides and Glycopeptides services

Process Number HHS-NIH-NIDCR-22-000607

USA

Dates:


Notice ID:

HHS-NIH-NIDCR-22-000607

Department/Ind. Agency:

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Sub-tier:

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Sub Command:

NATIONAL INSTITUTES OF HEALTH NIDCR

Office:

NATIONAL INSTITUTES OF HEALTH NIDCR

General Information:


All Dates/Times are:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-10-27 09:25:00

Original Response Date:

Nov 05, 2021 04:00 pm EDT

Inactive Policy:

15 days after response date

Original Inactive Date:

Nov 20, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

Total Small Business Set-Aside (FAR 19.5)

Product Service Code:

6810 - CHEMICALS

NAICS Code:

325199 - All Other Basic Organic Chemical Manufacturing

Description:


Original Set Aside:

This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101(a)(2) requiring the dissemination of information on proposed contract actions expected to exceed $15,000, but not expected to exceed $25,000. This is a notice of intent to award a sole source contract to Anaspec and is not a request for competitive proposals. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements. Single-sole Source Determination: The determination by the Government to make a single-sole source is based upon the market research conducted as prescribed in FAR Part 10—Market Research, specifically the results of the market research concluded that this order is for peptides offered by Anaspec. NIDCR uses structural and biochemical methods to study GalNAc transferases, a family of enzymes that transfers GalNAc from its UDP sugar donor to a threonine or serine residue on a substrate. These substrates are often large proteins that are difficult to obtain in usable quantitites using traditional methods. To understand the mechanism of these enzymes, we instead use small peptides that represent regions of interest from the protein substrates. We conduct assays using these peptides and we crystallize these peptides bound to the enzymes. We have been buying peptides from Anaspec for over 2 years. They provide a high quality and reliable product. While several companies produce peptides, none produce peptides with GalNAc modifications, or unmodified peptides at the quality and price that Anaspec does. Anaspec is the only company we know of that can synthesize peptides containing multiple GalNAc modifications. These peptides are reliable and have been used for multiple studies, including the crystallization of a GalNAc transferase bound to a peptide substrate. Most importantly, we need to continue using Anaspec as a source for all of our peptides to reproduce these results and maintain consistency, because different companies may employ distinct methods to produce their product and we have no control over what happens. Switching sources can result in irreproducibility, quality control issues, and would be a waste of time and money for everyone involved. It is critical for our research to continue to use the same source (Anaspec) to obtain our product. Contractor requirements: Contractor shall provide peptides 9 peptides per the specifications below. SQ-ASPE-79054-1: GATPAPVPAGAGTPAP N-Term: Free Amine; C-Term: Free Acid Purity: Peak Area By HPLC ≥90% Quantity (Gross Peptide): 10mg SQ-ASPE-79054-2: GAAPAPVPAGAGTPAP N-Term: Free Amine; C-Term: Free Acid Purity: Peak Area By HPLC ≥90% Quantity (Gross Peptide): 10mg SQ-ASPE-79054-3: GATPAPVPAGAGAPAP N-Term: Free Amine; C-Term: Free Acid Purity: Peak Area By HPLC ≥90% Quantity (Gross Peptide): 10mg SQ-ASPE-79054-4: GAT*PAPVPAGAGTPAP T* = Thr-O-GalNAc N-Term: Free Amine; C-Term: Free Acid Purity: Peak Area By HPLC ≥90% Quantity (Gross Peptide): 10mg SQ-ASPE-79054-5: GATPAPVPAGAGT*PAP T* = Thr-O-GalNAc N-Term: Free Amine; C-Term: Free Acid Purity: Peak Area By HPLC ≥90% Quantity (Gross Peptide): 10mg SQ-ASPE-79054-6: GTTPSPVPTTSTTSAPTTSTTSA STASTTSGP N-Term: Free Amine; C-Term: Free Acid Purity: Peak Area By HPLC ≥90% Quantity (Gross Peptide): 10mg SQ-ASPE-79054-7: GTT*PSPVPTTSTTSAPTTSTTS ASTASTTSGP T* = Thr-O-GalNAc N-Term: Free Amine; C-Term: Free Acid Purity: Peak Area By HPLC ≥90% Quantity (Gross Peptide): 10mg SQ-ASPE-79054-8: GTTPSPVPTTSTTSAPTTSTTSA STASTT*SGP T* = Thr-O-GalNAc N-Term: Free Amine; C-Term: Free Acid Purity: Peak Area By HPLC ≥90% Quantity (Gross Peptide): 10mg SQ-ASPE-79054-9: GTT*PSPVPTTSTTSAPTTSTTS ASTASTT*SGP T* = Thr-O-GalNAc N-Term: Free Amine; C-Term: Free Acid Purity: Peak Area By HPLC ≥90% Quantity (Gross Peptide): 10mg Closing Statement: This notice is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.” A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. FAR clause 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) All responses must be received by November 5, 2021 at 4:00 PM Eastern Time. Responses may be submitted electronically to sandersj@mail.nih.gov NIDCR 6701 Democracy Blvd., DEM 1, Room 675 Bethesda, MD 20892 Attention: Jimmy Sanders. Fax responses will not be accepted. “All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.”

Attachments / Links:


Document Size Updated date Download

Contact Information:


6701 ROCKLEDGE DRIVE ROOM 6100

BETHESDA , MD 20892

USA

Primary Point of Contacts:

Jimmy L Sanders