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 proposals for the Synthesis of Self-Amplifying Nucleic Acid Constructs. This Request for Quotation (RFQ) seeks services for the synthesis and encapsulation of five distinct lipid nanoparticle (LNP)-encapsulated self-amplifying RNA (saRNA) constructs based on Venezuelan equine encephalitis virus (VEEV) genome components. This is a Total Small Business Set-Aside. Offers are due by January 5, 2026, 4:00 PM Central Time.
Scope of Work
The objective is to procure services for the synthesis and encapsulation of five distinct LNP-encapsulated saRNA constructs based on VEEV genome components. The work will be performed for the US National Poultry Research Center (USNPRC) in Athens, GA. The scope includes:
- Constructs: Five saRNA constructs derived from VEEV genome components.
- Process: Codon optimization for avian host expression, gene synthesis, plasmid cloning into VEEV self-amplification vector, linearization, and in vitro transcription (IVT) with 5' methyl cytidine.
- Encapsulation: Encapsulation of saRNA into SM10 lipid-based nanoparticles.
- Minimum Yields: 500 µg IVT RNA for Genes 1-4, and 1000 µg IVT RNA for Gene 5.
- Quality Control: Includes assessment of RNA integrity and concentration, and LNP encapsulation quality control (EE%, PDI, Particle Size, Zeta Potential, Endotoxins, and pH).
- Deliverables: One 1 mL aliquot containing 250 µg of encapsulated RNA for each of Genes 1-4, and two 1 mL aliquots (total 500 µg) for Gene 5.
Contract Details
- Contract Type: Firm-fixed price requirements contract.
- Delivery: Within 30 days after award, F.O.B. Destination.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541380, with a small business size standard of $19.0M.
- Agency: USDA, Agricultural Research Service (ARS), Office: USDA ARS AFM APD.
Submission & Evaluation
- Offers Due: January 5, 2026, 4:00 PM Central Time.
- Questions Due: January 5, 2026.
- Submission Method: Electronically via email to jessica.pacheco@usda.gov.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical acceptability will be rated "acceptable" or "unacceptable," and Past Performance will be rated "Acceptable," "Neutral," or "Unacceptable." Offerors must detail any SOW requirements they cannot meet.
- Award Intent: 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.