SOURCES SOUGHT
Q -- Generation and characterization of modified peptides and generation of monoclonal antibodies specifically recognizing these modified peptides
- Notice Date
- 7/15/2020 6:18:44 AM
- Notice Type
- Sources Sought
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-20-007540
- Response Due
- 7/29/2020 12:00:00 PM
- Archive Date
- 08/13/2020
- Point of Contact
- Rashiid Cummins
- E-Mail Address
-
rashiid.cummins@nih.gov
(rashiid.cummins@nih.gov)
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 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. Statement of Need and Purpose: The purpose of this project is to synthesize and characterize three novel modified peptides and to generate monoclonal antibodies that specifically target these modified peptides.� These modified proteins were identified as potentially important contributors to degenerative pathologies by our lab, and specific monoclonal antibodies are needed to better characterize these emerging pathologies. Background Information and Objective: We have identified modified peptide epitopes that are increased in postmortem brain tissue from neuroinflammatory diseases, using multiplex immunostaining studies. These novel epitopes could potentially provide new insights into the causes or consequences of neuroinflammatory diseases. The objective is to develop novel antibodies to better characterize the importance of these novel epitopes. In order to be integrated into our multiple immunohistochemistry investigations, they must be (1) monoclonal antibodies to allow for inclusion of multiple epitopes; (2) purified to contain only the antibodies of interest. In order to achieve the two above objectives, we must provide protected, modified peptides to a company with experience in the specific deprotection procedures that are required to not damage our modified peptides. The vendor must also be able to provide in-depth HPLC-mass spectrometry analysis of modified peptides to ensure the identity and purity of de-protected peptides. Salient Characteristics: (1) Provide HPLC and mass spectrometry analytical report of the modified peptides to ensure identity and purity and to quantify prior to carrier conjugation (2) Deprotection and carrier conjugation of modified peptide in preparation for immunization (3) Initial Immunization with subsequent booster immunization as needed (4) Spreadsheet reporting the titers following boosts (5) Antibody collection with shipment to us for pre-screening (6) Splenocyte harvest and fusion (7) Clone generation and testing and selection (8) Provision of clone supernatant and provision of promising clones to us for test (9) Subcloning with delivery of supernatant Anticipated Period of Performance: 6 � 12 months Capability Statement/Information Sought: The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. 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 in an 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 Rashiid Cummins (Contract Specialist) at e-mail address Rashiid.Cummins@nih.gov. The response must be received on or before July 29th, 2020, 3:00pm, Eastern Time. �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/9dc8e219df72420091b49a0416b15161/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN05722598-F 20200717/200715230153 (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 |