Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2020 SAM #6768
SOURCES SOUGHT

B -- Target Deconvolution via Yeast-3-Hybrid system

Notice Date
6/8/2020 7:13:01 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00103
 
Response Due
6/12/2020 12:00:00 PM
 
Archive Date
06/27/2020
 
Point of Contact
Mark McNally, Phone: 3018275869
 
E-Mail Address
mark.mcnally@nih.gov
(mark.mcnally@nih.gov)
 
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 Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives.� The National Center for Advancing Translational Sciences (NCATS) is a translational science center that prides itself on its tremendously productive pipeline and is innovative in a number of ways. NCATS brings together a diverse range of scientists, including medicinal chemists, biologists, toxicologists, and engineers, in order to ultimately translate basic science into real products and services that help improve people�s lives. Included in this process is the discovery of and development of new target proteins that may have distinct therapeutic purposes.�Ketamine has come to prominence for its therapeutic ability in treatment-resistant depression. More recently, a metabolite of ketamine, (2R,6R)-hydroxynorketamine has been developmed that maintain�s ketamine�s antidepressant effects, but without ketamine�s side effects, nor its activity against the NMDA receptor. The exact mechanism for (2R,6R)-hydroxynorketamine�s effects remains unknown, as does the molecular target of its actions. The discovery of this target would have pronounced effects and allow for a range of next-generation therapies to be developed that may help to alleviate depression and other neurological and pyschiatric conditions. Discovery of this molecular target requires drug target deconvolution. Drug target deconvulution is a complicated affair, that can use a variety of different tools and experimental techniques. One of these techniques is the yeast-3-hybrid system. The goal of this acquisition is to make two target probes, perform permiability and toxicity screens in yeast for these probes, and then perform a full screen of a vast fusion-library portfolio in order to identify which protein constructs bind to the desired probes. Purpose and Objectives: To provide chemical acquisition, permiability and toxicity screening, and yeast three-hybrid screening for two target probes against a library of fusion-proteins. This acquisition is designed to allow for the target deconvolution for two target probe molecules, and assessment of unknown activities. Project requirements: General Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: Provide 500 mg of TMP-PEG4-N3 building block to NCATS Provide two Permeability and Toxicity screens for the target moleculular probes Provide two full Yeast Chem Hybrid screens for the two molecular probes Provide a full, comprehensive report on the results of the screen Specific Requirements: Contractor will have significant experience (> 2 years) in the testing, development, and use of Yeast 2-hybrid and yeast 3-hybrid systems across a range of cell lines, tissues and platforms Contractor will have the capability to do yeast permeability and toxicity screens on site Contractor will have a history of doing yeast permeability and toxicity screens Contractor will have the capability to analyze and perform synthetic chemistry, as needed Contractor will have access to all critical instrumentation necessary for this work. Contractor will be capable of testing the aforementioned all the assays described above in <3 months� time. Contractor will be capable of following up on the screening hits, as needed. Anticipated period of performance: Within twelve (12) months from the contract award. Other important considerations: None. Capability statements sought: Respondents must provide, as part of their responses, a capability statement demonstrating: Sufficient information to establish the interested parties� bona-fide capabilities of providing the services. The response shall include: the 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 and special features required for effective program performance;� Respondents� opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; and Information regarding respondents�: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 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. All responses to this notice must be submitted electronically to Contract Specialist Mark McNally, mcnallyme@mail.nih.gov. Responses must be received on or before 3:00 PM, Eastern Daylight Time,�June 12, 2020. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/832ba489e7264f9e821bfa23f30dd842/view)
 
Record
SN05683757-F 20200610/200608230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.