SPECIAL NOTICE
Q -- Longitudinal Aging/Senescence Biomarkers in Mice with Proteograph Proteomics Platform
- Notice Date
- 4/20/2023 7:00:41 AM
- Notice Type
- Special Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Response Due
- 4/20/2023 9:00:00 AM
- Archive Date
- 04/28/2023
- Point of Contact
- Kaitlyn Landi, Phone: 3018271804, KJ Shaikh, Phone: 3014436677
- E-Mail Address
-
kaitlyn.landi@nih.gov, KJ.Shaikh@nih.gov
(kaitlyn.landi@nih.gov, KJ.Shaikh@nih.gov)
- Description
- THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA) the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Seer, Inc. 3800 Bridge Pkwy, Suite 102, Redwood City, CA 94065 for Longitudinal Aging/Senescence Biomarkers in Mice with Proteograph Proteomics Platform. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 541380 Testing Laboratories and Services with a Size Standard of $16.50. � REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2022-08 dated October 22, 2022. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: Seer�s Proteograph Assay� platform will be used to collect proteoforms across the dynamic range of the plasma proteome and measure the relative abundance of proteins in plasma by LC-MS. With the objective of improving our ability to identify and quantify biomarkers in complex samples.� The study will include 2 parts, run in parallel: Part 1: Seer will provide NIA with reference Proteograph serum peptides for LC-MS evaluation using their in-house platform. Results of LC-MS analysis will be shared and reviewed with Seer to help baseline lab-specific performance variation. Part 2: NIA shall provide test samples to Seer for processing by Proteograph assay. Seer will return digested, desalted, and dried down peptides to the customer for subsequent LC-MS and data analysis. Unlike conventional deep proteomic techniques requiring depletion and fractionation workflows, Proteograh platform is fast, scalable, and leverages physicochemical differences on the protein level without specifically targeting proteins. The �multi-nanoparticle assay technology increases precision and breadth while speeding analysis of high dynamic range sample for proteomic analysis in a 96-well plate format. A key advantage of the Proteograph pipeline is the ability to measure differences between samples in a highly reproducible fashion while reducing the concentration range of proteins in the enriched samples and facilitating detection of even low-abundance proteins, which are normally undetectable in plasma and serum samples by conventional methods. Delivery/Deliverables: Customer samples processed by Proteograph Assay Peptides digested, desalted, quatified, and dried down for LC-MS injection Assay control samples desalted, quantified and dried down for LC-MS injection Seer summary report including information about samples received and peptide yields for each sample processed by Proteograph assay ESTIMATED PERIOD OF PERFORMANCE: Period of performance is 4-15 weeks after receipt of order CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Seer, Inc. 3800 Bridge Pkwy, Suite 102, Redwood City, CA 94065 is the only vendor in the marketplace that can provide the services required by NIDA . The intended source is: Seer, Inc. 3800 Bridge Pkwy, Suite 102, Redwood City, CA 94065 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95023R00049. Responses must be submitted electronically to Kaitlyn Landi, Contract Specialist, at kaitlyn.landi@nih.gov and KJ Shaikh, Contracting Officer, at kj.shaikh@nih.gov.� U.S. Mail and fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9011783d0f4045498565850793df86aa/view)
- Record
- SN06656952-F 20230422/230420230110 (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 |