Synthesis of Self-Amplifying Nucleic Acid Constructs
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Agricultural Research Service (ARS) is soliciting quotations for the synthesis of five lipid nanoparticle encapsulated self-amplifying nucleic acid constructs based on the Venezuelan equine encephalitis virus (VEEV) genome. This is a Total Small Business Set-Aside opportunity. Offers are due by February 6, 2026.
Scope of Work
This acquisition requires services for the synthesis and encapsulation of five distinct lipid nanoparticle (LNP)-encapsulated self-amplifying RNA (saRNA) constructs. These constructs must be based on VEEV genome components, with specific gene sizes ranging from 828 nt to 3525 nt. The process includes codon optimization for avian host expression, gene synthesis, plasmid cloning into a VEEV self-amplification vector, linearization, and in vitro transcription (IVT) with 5' methyl cytidine. The saRNA must then be encapsulated into SM10 lipid-based nanoparticles.
Key Deliverables:
- One 1 mL aliquot containing 250 µg of encapsulated RNA for each of Genes 1-4.
- Two 1 mL aliquots, each containing 250 µg of encapsulated RNA (total 500 µg), for Gene 5.
Quality Control: Includes assessment of RNA integrity and concentration, and verification of Encapsulation Efficiency (EE%), Polydispersity Index (PDI), Particle Size, Zeta Potential, Endotoxins, and pH for the LNP encapsulation.
Contract Details
- Contract Type: Request for Quotation (RFQ), anticipated as a Firm-Fixed Price requirements contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541380 (Small Business Size Standard: $19.0M).
- Delivery: Within 30 days after award, F.O.B. Destination requested.
- Place of Performance: US National Poultry Research Center (USNPRC), Athens, GA.
Submission & Evaluation
- Offers Due: February 6, 2026, 10:00 PM ET.
- Submission Method: Electronically via email to jessica.pacheco@usda.gov.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical acceptability will be evaluated as "acceptable" or "unacceptable" based on the offeror's ability to meet requirements. Past Performance will be rated as "Acceptable," "Neutral," or "Unacceptable." The Government intends to award without discussions.
- Requirements: Offerors must be registered in SAM.gov and agree to hold prices firm for 90 calendar days.
Contact Information
- Primary Contact: Jessica Pacheco, jessica.pacheco@usda.gov.
Additional Notes
This announcement serves as the only solicitation; a separate written solicitation will not be issued. Full text of provisions and clauses can be accessed at www.acquisition.gov. Refer to "Attachment 1 - Solicitation Terms and Conditions" for applicable clauses, instructions, and evaluation criteria, and "Attachment 2 - Statement of Work (SOW)" for detailed requirements.