Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2023 SAM #7824
SOURCES SOUGHT

66 -- Single-cell spatial genomics analyzer

Notice Date
4/28/2023 10:22:57 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00256-SS
 
Response Due
5/8/2023 2:00:00 PM
 
Point of Contact
Iris Merscher, Phone: 301-827-2547
 
E-Mail Address
iris.merscher@nih.gov
(iris.merscher@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, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e., address Non-Manufacturer Rule). Background:� The National Institute on Aging (NIA), Intramural Research Program (IRP), Laboratory of Genetics and Genomics (LGG) investigates the genes and gene expression programs that govern the physiologic decline of aging, including reduced muscle strength, decreased ability to regenerate tissues, and impaired responses to stress agents. The Laboratory also studies the genetic and genomic basis of pathologies that increase in the elderly, including neurodegeneration, cardiovascular disease, diabetes, arthritis, obesity, and cancer. The Computational Biology and Genomics Core (CBGC) branch of the LGG is involved in interdisciplinary research and institute-wide training by collaborating mainly with the laboratories in the NIA IRP, NIH. Its Core Research Areas are: 1) Role of microbiome in Aging and age-related diseases (e.g., Alzheimer�s Disease); 2) Detection of DNA and RNA base modifications; 3) Applications of Artificial Intelligence in data analysis; 4) Functional Genomics (CRISPR) Screens. In addition, the CBGC provides advice on experimental design and sample preparation, quality control of samples, data analysis, data sharing, and training. The CBGC utilizes gene expression microarrays, sequencers, and single-cell sample preparation instruments to meet the needs of NIA IRP researchers. Scope: The pathophysiological changes involved in Alzheimer�s Disease and other aging-related disease states are not well understood, and improved characterization of altered cellular interactions and disease states will be critical in pinpointing targets for intervention. Spatial transcriptomics is increasingly used to identify transcriptional patterns within spatially resolved areas of fresh frozen (FF) or formalin-fixed, paraffin-embedded (FFPE) tissues, and provide a spatial cellular context not obtained in bulk and single cell RNA sequencing. Currently, most spatial transcriptomics methodologies do not feature true single cell resolution. This is changing with the launch of several novel, instrument-based platforms, that provide�subcellular resolution and further have/will implement multi-omics capabilities.� The CBCG requires the use of a single-cell platform to sustain open analysis and broader implementation, that enables identification of multi-dimensional changes in cell state(s) in a spatial and cellular-to-subcellular context for specific molecules (RNA and proteins), an essential tool to test and validate aging and age-related research findings. Project requirements: One Vizgen Merscope�platform (or equal) with analysis computer, hardware and accessories, Photo Bleacher, training and installation, shipping, and one year warranty (parts and labor). Other important considerations:�In addition, Vendor�s instrument must be able to meet these specifications: instrument must provide single-cell spatial transcriptomic visualization spanning from�subcellular�resolution up to 1 cm2�of tissue or slide-adherent cultured cells, the ability visualize data using license-free software, and provide data that are compatible with open-source analysis tools like Scanpy and Seurat. It must provide an end-to-end solution enabling massively multiplexed�single-cell�in situ�transcriptomic imaging with co-detection of 140-1000 whole transcriptome probes with six proteins (company or user-provided) in a single experiment, and must using the extensively validated MERFISH (multiplexed,�error-robust�fluorescent�in�situ�hybridization) protocol. In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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 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. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Iris Merscher, Contract Specialist, at e-mail address iris.merscher@nih.gov. The response must be received on or before Monday, May 8, at 5:00 pm, Eastern Daylight 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 www.sam.gov. 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://sam.gov/opp/f4af6105be65484781480ca3e5827012/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06666571-F 20230430/230428230114 (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.