SOLICITATION NOTICE
A -- : Phosphoproteomic Profiling and Functional Characterization of Host Response to Pathogens
- Notice Date
- 1/10/2011
- Notice Type
- Presolicitation
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH11R0802
- Response Due
- 2/24/2011
- Archive Date
- 4/25/2011
- Point of Contact
- Colleen Barnes, 301-619-9599
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(colleen.barnes@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This acquisition is being solicited as an unrestricted requirement. The standard classification NAICS code 541712. The requirement will include a one year period of performance with two one year options. DESCRIPTION: The United States Army Medical Research Acquisition Activity (USAMRAA) has a requirement for the following: The purpose of this requirement is to provide proteomic and phosphoproteomic profiling of target host proteins that are significantly affected during infection with bacterial or viral pathogens, and to perform the functional characterization of select host targets that are identified. The pathogens of interest for the study include Yersinia pestis and hemorrhagic fever causing viruses such as Rift Valley Fever Virus (RVFV). The contractor shall perform the required services in 4 phases as outlined below: (1) Preparation of samples with assistance from USAMRIID personnel and performing QC. (2) Performance of proteomic analyses using mass spectrometry and antibody-based methods. (3) Analysis of the collected data to verify discovered hits and identify protein networks of interest (4) Performing follow-up functional assays to test the host targets of interest for future therapeutic approaches. Ten target genes, or the number selected in consultation with USAMRIID, will be analyzed. USAMRIID will provide samples for analysis and perform the necessary in vitro and cell-based assays when required. USAMRIID will also perform microscopy, immunological, and other assays to verify the integrity and efficacy of the samples. USAMRIID will provide recommendations on all 4 phases of the work that are indicated above, including the development of proteomic and phosphoproteomic methods, data analysis, and the development of appropriate functional assays to analyze identified targets, to ensure that the final findings will meet mission needs for future development of effective and FDA-licensable therapeutics. 1.Sample preparation and quality control. Control and infected protein samples will be prepared as necessary and quantified for use in quantitative mass spectrometry (MS) and phsophosite-specific antibody screening. Integrity of the samples will be verified by gel analysis before use in experiments. 2.Proteomic and phosphoproteomic approaches. The contractor will perform quantitative MS and antibody screening of the protein samples. For quantitative MS studies, standard protocols will be used for trypsin digestion of the proteins, post-digestion labeling of the peptides, and TiO2 purification (or other mutually agreed upon method) of phosphopeptides for phosphoproteomic analysis. The MS instruments available to the contractor (such as 2-Thermo LTQ MS instruments with ETD and a LTQ OrbiTrap High Resolution Mass spectrometer or any other MS with the same resolution) will be used for completing the MS work. 3.Data analysis. The contractor will perform software analysis of the collected MS data using appropriate analysis software such as TurboSEQUEST (or any other similar software), and will manually verify the MS hits thus identified. The contractor will compile the information obtained from the antibody screen to identify significant hits of interest and will cross reference with the MS list in search of any orthogonal convergence for the two data sets. The contractor will also perform protein network analysis of the data sets using appropriate software such as the Ingenuity Platform Analysis (IPA) software. 4.Functional analysis. The contractor will perform appropriate functional analyses for selected significant hits of interest using the facilities available to the contractor and, when appropriate and required, the facilities at USAMRIID. Depending on the target of interest and availability of appropriate reagents, follow-up Western analysis, and if necessary the purification of the target protein will be performed for specific in vitro tests. Option Years As required by the government, two option years may be exercised to perform the following the following tasks: Option Year 1: 1.Optimization and application of siRNA knockdown screening to test the functional effects of at least 10 and not more than 25 target genes. The number of targets selected will be based on a consultation with USAMRIID. 2.Optimization and application of non-cell based in vitro inhibitor studies for at least 10 identified target genes (or determined in consultation with USAMRIID) with known signaling or enzymatic functions that can be purified and for which inhibitors are available. In cases needed, purifications must be performed. Option Year 2: 1.Optimization and application of cell-based inhibitor studies for at least 10 identified target genes (or determined in consultation with USAMRIID) with known signaling or enzymatic functions for which inhibitors are available. 2.Performance of time course studies aimed at determining the time window during which the function of a specific target gene is important for infection. At least 10 selected target genes will be tested, or the number that is determined by consultation with USAMRIID. All responsible sources may submit a quote, which shall be considered by the agency. The competitive solicitation, solicitation amendments and all questions and answers relating to this procurement shall be made available via the Internet at https://acquisition.army.mil/asfi/ or https://www.fedbizopps.gov. The solicitation is anticipated for release to the vendor community on or about, January 10, 2011, and will only be available until February 24, 2011. Specifications of the requirement are provided in solicitation: W81XWH-11-R-0802. Potential offerors are responsible for accessing the website. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. To be eligible for an award, offerors MUST be registered with the Central Contractor Registry at https://ccr.gov/ and may have completed its representations and certification found at https://orca.bpn.gov/. All questions should be addressed in writing to Colleen Barnes, Contract Specialist at colleen.barnes@us.army.mil. Questions shall be submitted not later than 1200 hours (Eastern Day Light Savings Time) on January 20, 2011. Only one set of questions shall be received from each offeror. Numerous emails from one offeror shall not be accepted. Telephone requests will not be honored and bidder lists will not be maintained. All interested parties shall provide their quote electronically to Colleen Barnes at colleen.barnes@us.army.mil by 10:00 a.m. ET on February 24, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH11R0802/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN02357543-W 20110112/110110234156-2664e5e941907fe63ddc851244be5a7e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |