Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2015 FBO #4982
SOURCES SOUGHT

R -- X-ray Structure Analyses of eEF1A2 and c- Abl and human PIP4KII-gamma in Complex with Ligands

Notice Date
7/13/2015
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2015-594
 
Archive Date
8/4/2015
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of all qualified small business companies technically capable of meeting the Government's requirement. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 541990 - All Other Professional, Scientific and Technical Services with associated business size standard 15.0 million Dollars. PROJECT REQUIREMENTS The mission of the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The Division of Pre-Clinical Innovation (DPI) plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. Specifically, this division: Plans, conducts and collaborates on research to develop new methods and technologies to enhance pre-clinical processes; Plans, conducts and collaborates on research to evaluate existing and developing approaches, technologies, and processes in the pre-clinical spectrum; Supports training programs relevant to pre-clinical phases of translational science; Allocates DPI resources to pre-clinical extramural and intramural investigators; Collaborates with other NIH Institutes and Centers and the scientists they support; and Consults with stakeholders, including patients, industry and regulators. The DPI Chemistry group has a potential requirement for contractor support for the requirement described in this notice. Specifically, this Small Business Sources Sought notice intends to determine eligible sources with the capability to achieve the potential government requirement for X-ray structure analyses of eEF1A2 and c- Abl and human PIP4KII-gamma in Complex with Ligands. The essential government features from which the customers at NCATS require contractor support is based on the following objectives and study parameters of which contractor support will be ordered in any Purchase Order contract resulting from this potential requirement. This potential requirement will analyze the interaction of NCATS Ligands with eukaryotic elongation factor 1 alpha 2 as well as the kinase domain of Abelson murine leukemia viral oncogene homolog 1 (eEF1A-2 or c-Abl). After confirmation of the biophysical interaction between eEF1A-2 and NCATS Ligands by ITC or TSA, a Protein-Ligand structure will be determined. Interactions will be characterized and Protein-Ligand structures will be solved. Crystal structure determination of Phosphatidylinositol 5-phosphate 4-kinase type-2 gamma (PIP4KII-gamma) (UniProt Q8TBX8) in complex with ligands at a resolution of at least 3.0A and an unambiguous binding model will also be included. Other performance objectives include the following: Initial full-fledged scientific literature search to support the construct design process; Design set of different expression constructs targeted to explore Protein expression and Protein crystallization space; Clone the designed constructs and perform small-scale test expressions. Develop purification protocols for Protein, if necessary in the presence of Ligands (either Ligands proprietary to or commercially available tool compounds) during the purification process; Develop scale-up procedures for expression and purification in order to obtain Protein with an apparent homogeneity > 90 % as judged by Coomassie-stained SDS-PAGE and in yields viable to support crystallization trials. Offerors to this Small Business Sources Sought notice must indicate capability to accomplish the essential government requirement described in this notice. The period of performance shall be for one year and delivery of data and results will be required electronically 16 weeks from date of receipt of samples to analyze. NCATS will provide target information for analysis purposesd as determined by it's research needs within the period of perfromacne of any resulting purchase order contract. Offerors to this Small Business Sources Sought notice shall indicate their capability in achieving this potential government requirement, including to identify experience, materials, and standard operating procedures to use for the analysis of Protein-Ligand structures of the specific targets. Evidence of any published manuscripts in the field of study identified in this notice shall also be identified in the Offeror's response. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response is limited to fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. The response must be received on or before July 20, 2015 at 4:00 pm, Eastern Time. CONCLUDING STATEMENTS Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2015-594/listing.html)
 
Record
SN03794915-W 20150715/150713235149-b7d833f83f709911ae5acdd9e77b73e0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.