SOURCES SOUGHT
Q -- SOURCES SOUGHT: COVID-19 Inflammatory Analysis of a Racially Diverse Cohort
- Notice Date
- 5/5/2021 11:33:57 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
- 75N95021Q00171
- Response Due
- 5/21/2021 12:00:00 PM
- Archive Date
- 06/05/2021
- Point of Contact
- Rashiid Cummins
- E-Mail Address
-
rashiid.cummins@nih.gov
(rashiid.cummins@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. Statement of Need and Purpose:� The contractor shall provide all resources necessary to quantify the levels of 10 cytokines and 4 chemokines in serum from HANDLS participants. Background Information and Objective: The DNA Repair Unit (DRU) is examining factors that influence the severity of COVID-19 infection and the inflammatory state in a racially diverse cohort. Given our preliminary data, we hypothesize that inflammatory markers vary among individuals with different races and socioeconomic status with relation to COVID-19 infection. We predict that we will identify inflammatory signatures with race and COVID-19 infection in the HANDLS cohort. Information gained from this analysis will be important for assessing risk for morbitity and long-term consequences due to COVID-19 in this cohort. Project Requirements/Salient Characteristics: Contractor shall quantitatively analyze the levels of all 10 cytokines (IFN-g, IL-1b, IL- 4, IL-5, IL-6, IL-8,IL-10, IL-12p70, IL-22, TNFa) and 4 chemokines (IP-10, ITAC, MCP-1, MIP- 3b) �in human serum. Limited volumes (40 microliters) are required to assay these proteins. This is critical since HANDLS serum samples are limited and have high research significance. A multiplex system is required to analyze all these proteins in the minimal amount of serum required. The vendor shall analyze the 14 different human biomarkers using the Simoa� Planar Array Technology and �SP-X� imaging and analysis platform to allow us to compare these data with other generated datasets using this type of technology. A total of eight 96-well plates will be run for all 14 proteins. The contractor will provide a certificate of quality, and a data report with quantities of each of the 14 proteins for each sample in an electronic data file along with information on quality controls. Anticipated Period of Performance: 7/1/21 � 6/30/22 Capability Statement/Information Sought: Respondents must provide, as part of their responses, a capability statement clearly identifying their ability to provide the requested service. 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 May 21st, 2021, 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/21cb8319d5d0437cbd17da9e46f9432e/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN05993038-F 20210507/210505230119 (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 |