NIH-NINDS-21-011687-Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
SW32 TI Swinging Bucket Rotor
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Valerie
Gregorio
valerie.gregorio@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1,000 employees
FPDS Classification Code
N/A
Estimated Period of Performance
N/A
Delivery of Goods
BLDG 35 RM BB-1004
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Franklin Young International, Incorporated
Address
1042 N Mountain AVE STE 310
Upland, California 91786
United States
Single-Sole Source Determination
The essential physical element is being able to be used in a Beckman Ultracentrifuge at an RFC of 85,000 x g in order to purify lentiviral vectors by ultracentrifugation as part of the NINDS Viral Production Core Facilities routine operations. The purchase of a Beckman SW32 rotor is needed by the NINDS Viral Production Core Facility in order to purify lentiviruses by ultra centrifugation using established protocols. The rotor will facilitate increased productivity in the core by allowing the processing of multiple lentiviral samples.
Background/Description of Requirement

The NINDS Viral Production Core Facility produces viral vectors for NIH laboratories. One technique used for purifying lentiviral vectors is ultracentrifugation at a relative centrifugal force, RCF, of 85,000 x g.The SW 32 rotor is capable of producing this RCF. Lentiviral vectors are ~40% of the viral vectors produced by the NINDS Viral Production Core Facility so increasing the throughput of lentiviral vector production will make the core more efficient in proccessing viral vectors.

Interested parties may identify in writing their interest and capability in response to this requirement. 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.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.