Opportunity: Fermentation and large scale production of antimycin-A

Description 

Amendment 00001 to add the following: The United States Geological Survey (USGS), Upper Midwest Environmental Sciences Center (UMESC) requires a producer take seed strain from UMESC, update methods to current day technologies, and produce antimycin-A per the Technical Requirements: 1. Revitalization and propagation and long-term storage of the Streptomyces sp. provided by UMESC (storage vials will be provided by UMESC and returned to UMESC for archiving) 2. From the revitalized Streptomyces sp., aliquots of the viable strain will be lyophilized for long-term storage (storage vials will be provided by UMESC) a. These vials will be returned to UMESC for storage and archiving The U.S. Department of Interior, US Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the potential need for services for the fermentation and large scale production of antimycin-A. The United States Geological Survey (USGS), Upper Midwest Environmental Sciences Center (UMESC) requires establishing a manufacture of antimycin-A as an EPA establishment per the Technical Requirements: 1. Antimycin-A fermentation and extraction From Streptomyces sp. (UMESC will provide strain sample) UMESC will provide protocol for fermentation and extraction Structural analog percent composition verified by HPLC-MS per batch A1 - 45 ± 5% A2 - 20 ± 2% A3 - 24 ± 5% A4 - 10 ± 2% Final extracted form - powder Water content <1% >90% purity Similar toxicity to EPA TOX Database values (LC50 from 96 hr static in vivo tests) Rainbow Trout: 3.4 ppb Fathead Minnow: 1.4 ppb Bluegill: 4.1 ppb Batch toxicity will be verified by in vivo trials at UMESC Production level: 20 kilograms/year Provide UMESC Scientists with 5 kg/year for other uses Deliverables 1. Antimycin-A; 25 kgs that meet the criteria described in Section II. 2. End of USGS fiscal year (September 30). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541715. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential ability to meet this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM CST on January 31, 2020. All responses under this Sources Sought Notice must be emailed to bwilson@usgs.gov. If you have any questions concerning this opportunity please contact Beth Wilson at bwilson@usgs.gov.

Overview 
Reference number: 140G0220Q0039
Issue date: 01/17/2020
Response due: 01/31/2020 05:00 PM US/Eastern

Set Aside:
NAICS: 541715
PSC / FSC: AP61-R&D- NATURAL RESOURCE: MARINE FISHERIES (BASIC RES

Agency: DOI

Contracting office:

USGS OAG DENVER ACQUISITION BRANCH
PO BOX 25046
204 DENVER FEDERAL CENTER
DENVER, CO 80225-0046


Place of Performance:




Contact: Mary Wilson
Phone: 888-275-8747
Fax:
Email: bwilson@usgs.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect