This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00186 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-05. The North American Industry Classification (NAICS) Code is 514380 and the business size standard is $19m. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with Integral Molecular Inc. of Philadelphia, PA Instruments America Inc., laboratory services for Membrane Proteome Array Screening for novel monoclonal antibody target identification.
SCOPE OF WORK/TASKS
Integral Molecular shall perform Membrane Proteome Array (MPA) screening services and a Secreted Proteome Library (SPL) to identify binding targets for monoclonal antibodies provided by the Unit on Skeletal Genomics, Division of Translational Medicine, NICHD. The monoclonal antibodies were already expressed recombinantly, based on sequences obtained from patients over the course of the last several months. The contractor will use its proprietary live-cell, flow cytometry-based platform to screen each antibody against a panel of over 6,000 native human membrane proteins.
The following tasks are required:
• Receive and qualify monoclonal antibody samples.
• Perform MPA screening against full-length human membrane proteins.
• Analyze binding specificity and identify targets.
• Provide a summary report of results in electronic format.
DELIVERABLES
The contractor shall deliver a final report summarizing the results of the Membrane Proteome Array (MPA) screening and Secreted Proteome Library (SPL), including identified binding targets, specificity profiles, and associated quality control metrics. The report shall be delivered electronically in PDF or Excel format within 2-3 months of receipt of the monoclonal antibody samples.
Place of Performance: All work will be performed at Integral Molecular’s facilities.
A National Institutes of Health personnel designee will inspect and accept all deliverables.
PERIOD OF PERFORMANCE
The period of performance for this requirement shall be 2-3 months from the date of the purchase award. All services and deliverables must be completed within this timeframe.
Integral Molecular has the capability to perform the required screening using a live-cell platform that includes over 6,000 full-length human membrane proteins and an array of secreted proteins, collectively representing the most comprehensive human membrane and secreted proteome coverage available. These proteins are expressed in their native conformation and orientation on the surface of live human
cells, which is critical for the accurate identification of antibody targets that depend on structural epitopes and post-translational modifications. This proprietary Membrane Proteome Array (MPA) and Secreted Proteome Library (SPL) technology are not licensed to or available through any other provider. Additionally, Integral Molecular possesses exclusive access to the underlying expression vectors, cell lines, and analytical software necessary to conduct these assays at the required throughput and specificity. No other contractor maintains the intellectual property or technical infrastructure to replicate this combination of protein diversity, live-cell expression format, and analytical resolution, which are essential to the success of the proposed study.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This notice of intent is not a request for competitive quotations.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items - FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025) (Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025) (Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the service specified in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all products and service (s) needed. Quotations will be due no later than August 21, 2025, before 5:00 pm EDT. via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number” 75N94025Q00186. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00186 in the subject line of email.
Note: In order to receive an award, contractor must have an active registration (in the SAM database @ www.sam.gov) for all awards and shall continue to have an active registration until time of award, during performance, and through final payment. Failure to maintain an active SAM registration can jeopardize the award or result in non-payment. Lack of valid registration in SAM will make an offeror ineligible for award.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”