Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2023 SAM #7843
SOURCES SOUGHT

99 -- Reagents for Single Cell Transcriptome Analysis

Notice Date
5/17/2023 8:37:30 AM
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00324
 
Response Due
5/24/2023 11:00:00 AM
 
Point of Contact
Cassandra Conley
 
E-Mail Address
cassandra.conley@nih.gov
(cassandra.conley@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. Background:� The NINDS is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Surgical Neurology branch studies primary brain tumors, pituitary tumors, syringomyelia, drug delivery to the central nervous system, development of surgical technology/techniques, cell death in neurologic disorders and functional neurosurgery. SNB provides diagnostic services for the Clinical Center to support and evaluate on-going medical care and research activities.� Purpose and Objectives: The investigators are conducting Cytokine Microdialysis clinical trial (18-N-0077) to investigate the changes in the immune microenvironment and systemic immune system in response to checkpoint inhibition in recurrent glioblastoma patients undergoing resection. Single-cell genes expression of patient�s tumor, blood, and CSF before and after treatment are being investigated using 10x Genomics library preparation kits. The investigators have fully enrolled 10 patients into this pilot study, as per protocol, and they are now completing one of the protocol-required assay of immune cell protein profiling.�� Project requirements: 4 x 1000263 Chromium Next GEM Single Cell 5' Kit v2, 16 rxns.�� 4 x 1000286 Chromium Next GEM Chip K Single Cell Kit, 48 rxns. 1 x 1000215 Dual Index Kit TT Set A 96 rxns 4 x 1000256 5' Feature Barcode Kit, 16 rxns 4 x 1000190 Library Construction Kit, 16 rxns 1 x 1000250 Dual Index Kit TN Set A, 96 rxn 4 X 1000252 Chromium Single Cell Human TCR Amplification Kit, 16 rxns 4 X 1000253 Chromium Single Cell Human BCR Amplification Kit, 16 rxns 4 X 1000190 Library Construction Kit, 16 rxns 1 X 1000215 Dual Index Kit TT Set A 96 rxns Anticipated period of performance: 30 days after receipt of order Capability statement /information sought. Small business concerns 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. Small businesses must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested small businesses 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. 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 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. 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 and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Cassandra Coney, Contract Specialist, at e-mail address Cassandra.conley@nih.gov. The response must be received on or before 5/24/2023, 2:00 pm, 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://sam.gov/opp/95fb2ae1674d4963a52f3aaba5cb459d/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06686394-F 20230519/230517230113 (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.