Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOURCES SOUGHT

65 -- Promega cAMP-Glo Max Assay, Brand Name or Equal Item

Notice Date
8/27/2018
 
Notice Type
Sources Sought
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800503
 
Archive Date
9/14/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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. Background : The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it 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. As a part of HEAL (Helping to End Addiction Long-term) Initiative launched by NIH this year, NCATS is currently pursuing screening of several opioid-related targets for primary and follow-up approaches. As the important secondary messenger of GPCR signaling, HTS-amenable assays to detect cAMP are critical for the success of this campaign at NCGC. The cAMP-Glo Max Assay kits from Promega provide a robust and HTS-amenable cAMP-mediated readout to meet this need. As such, NCGC is in need of these reagents, or brand name equal items, to enable early drug discovery efforts against these high value targets. Purpose and Objectives : NCATS is in need of cAMP-Glo Max Assay kits from Promega, or brand name equal items, to enable high-throughput screening campaigns against several opioid-related G-protein coupled receptors targets. cAMP is a secondary messenger of Gs or Gi coupled GPCRs signaling, and activation of these GPCRs leads to activation of inhibition of cAMP production. The cAMP-Glo Max Assay is a homogeneous, bioluminescent, high-throughput assay to measure cyclic AMP levels in cells. It is is based on the principle that cAMP stimulates protein kinase A (PKA) holoenzyme activity, decreasing available ATP and leading to decreased light production in a coupled luciferase reaction. This kit is sensitive and robust, and will be used for several opioid-related GPCRs projects. Project requirements : NCATS will need two (2) brand name or equal cAMP assay kits equivalent to the following: Brand Name Item: cAMP-Glo Max Assay, 10 X 20 Plates. Manufacturer: Promega Corporation. Manufacturer Part Number: V1683. Quantity: Two (2). Brand name equal items must meet the following salient physical, functional, or performance characteristics of the brand name item: • Homogeneous (single step lysis and detection), bioluminescent, high-throughput assay kits to measure cyclic AMP (cAMP) levels in cells. • Incubation times <30 mins from addition to detection. • Scalable to 1536-well format. • Compatible with common peristaltic and solenoid valve-based high-throughput dispensers. Anticipated period of performance : September 2018 with a one-time delivery of the items within thirty (30) days after receipt of order (ARO). Other important considerations : This will be a brand name or equal requirement for Promega cAMP-Glo Max Assay. Capability statement /information sought : Contractors believing they can provide brand name or equal items meeting all the salient physical, functional, or performance characteristics of the brand name item should submit documentation of their ability to meet the requirements to the Contract Specialist. Responses shall include a capabilities statement with the following: • Information sufficient to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. • Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-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. Facsimile responses are NOT accepted. The response must be submitted to Mark McNally, Contract Specialist, at mcnallyme@mail.nih.gov. The response must be received on or before 3:00PM EDT, Thursday, August 30, 2018. 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 presolicitation 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-01/NIHDA201800503 /listing.html)
 
Record
SN05058522-W 20180829/180827231518-973842ce6d63dcb872dd9d68ba089e4c (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.