Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2015 FBO #5026
SOURCES SOUGHT

B -- ASSESSMENT OF INTERNAL DOSE/ BIOAVAILABILITY IN CONJUNCTION WITH MEDIUM THROUGHPUT HIGH CONTENT IN VIVO ASSAYS IN ZEBRAFISH - SOW, NIHES2015062

Notice Date
8/26/2015
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
 
ZIP Code
27713
 
Solicitation Number
NIHES2015062
 
Archive Date
9/16/2015
 
Point of Contact
Onyenauché Washington, Phone: (919) 541-0423
 
E-Mail Address
uche.washington@nih.gov
(uche.washington@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW, NIHES2015062 This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) availability of competition; (2) the capability of qualified small business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. BACKGROUND: The National Institute of Environmental Health Sciences (NIEHS), located in the Research Triangle Park, North Carolina, is one (1) of the 27 Institutes and Centers composing the National Institutes of Health. The NIEHS is home to the National Toxicology Program (NTP), a Health & Human Services (HHS) interagency program dedicated to testing and evaluating substances in our environment. The National Toxicology Program Laboratory (NTPL) exists within the Division of the NTP to provide state-of-the-art laboratory research support that complements and extends the NTP's scientific capabilities and contributes to the identification and understanding of potential health related issues related to environmental/chemical exposures. The zebrafish is an important complementary tool to mammalian toxicity since it can be used to screen a larger number of compounds more rapidly and provide information on prioritizing compounds for subsequent mammalian toxicity studies. There are several ongoing efforts at the NTP exploring the utility of zebrafish as a potential model to screen compounds to prioritize for further mammalian testing. One critical consideration in determining relative toxicity of compounds is their ability to enter the fish. To date, there are no projects that evaluate the bioavailability or internal concentration in zebrafish. Another important requirement is the assessment of ototoxicity following developmental exposure, an important target organ that is currently not being evaluated in other studies. To address this, the NIEHS has requires a Contractor that can multiplex assays to assess ototoxicity and developmental defects and evaluate bioavailability using the HPLC-MS-MS method in a GLP-environment. These studies will provide important complementary information to other ongoing zebrafish efforts to enable prioritization of compounds for further mammalian testing that are currently not being covered. PURPOSE AND OBJECTIVES: The Contractor shall perform the assessment of bioavailability following exposure to 30 compounds with potential for developmental toxicity in zebrafish embryos. The Contractor shall provide high content screening information on multiple target organs under the same roof using a GLP-environment. Ongoing projects the NTP focus on assessing teratogenicity and molecular end-points in zebrafish following early in life exposure. However, one (1) critical piece of information key to this effort is determining how much of the chemical enters inside the zebrafish. To date the NIEHS does not have a mechanism to assess bioavailability/ internal dosing. The Contractor shall multiplex ototoxicity and developmental defects to be able to design more efficient experiments using fewer fish, to reduce time. The Contractor shall be capable of providing zebrafish based services in the preclinical area, mainly toxicology through early detection of adverse effects in a GLP-setting. The Contractor shall assesse bioavailability /internal dosing following chemical exposure. The Contractor shall perform the assessment of internal dose/ bioavailability in conjunction with medium throughput high content in vivo assays in zebrafish to evaluate developmental effects, ototoxicity and internal concentrations in 30 compounds over five (5) concentrations. Two (2) independent toxicity assays to screen for developmental toxicity and ototoxicity will be carried out at the concentrations selected after the Maximum Tolerated Concentration (MTC) is developed. Once assays are complete, the embryos shall be frozen and will be used to test internal exposure in the concentrations tested by HPLC-Ms-Ms. The widely used AB* zebrafish strain is proposed for use in these studies. ANTICIPATED PERIOD OF PERFORMANCE: The anticipated period of performance is for a base of 12 months with one (1) 1-year option period. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The intended procurement will be classified under the NAICS code 541380, "Testing Laboratories" with a size standard of $15.0M. ANTICIPATED CONTRACT TYPE: The anticipated contract type will be a firm-fixed price contract type. DELIVERY LOCATION: National Institute of Environmental Health Sciences, Building 101, 111 T.W. Alexander Drive, Research Triangle Park, North Carolina 27709 CAPABILITY STATEMENT/INFORMATION SOUGHT: Capability statements should include the following information: - Company name and address; - Clear and convincing documentation of their capability of providing and ability to provide the services specified in this notice; - Examples of prior completed Government contracts, references, and other related information; respondents' DUNS number, organization name, address, point of contact, size and type of business (e.g., 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); - Point of contact, including telephone number and email address for representative from interested business; - Do you have a GSA vehicle that could be utilized for these services? If yes, please provide the contract number and point of contact information 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). 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. Interested parties may identify their interest and capability to respond to the requirement. The Government shall consider all responses received within seven (7) days of this posting. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Written responses to this synopsis shall contain sufficient documentation to establish their capability to fulfill this requirement. NIEHS will not be responsible for any costs incurred by interested parties in responding to this notice. Please email, with the sources sought notice number in the subject line to the Contracting Officer listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES2015062/listing.html)
 
Place of Performance
Address: See above., United States
 
Record
SN03856532-W 20150828/150826235504-57f8dd81b646ccc7ce151aae7ed5f08d (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.