Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

B -- Cloned Pooled Oligo Library

Notice Date
5/25/2023 6:22:18 AM
 
Notice Type
Sources Sought
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00340-SBSS
 
Response Due
6/9/2023 9:00:00 AM
 
Point of Contact
Iris Merscher, Phone: 301-827-2547
 
E-Mail Address
iris.merscher@nih.gov
(iris.merscher@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; (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. Background:� The National Institutes of Health (NIH) Intramural Center for Alzheimer�s and Related Dementias (CARD) requires custom generation of oligos and/or plasmids for the research of neurodegenerative diseases. The iPSC Neurodegenerative Disease Initiative (iNDI) project has engineered a set of iPSC lines. Using these engineered lines, the generation of this tool allows for a CRISPRi tRNA library to improve on existing tools. This will result in a more robust gene knockdown and allowing more compact screens.� This entails a multi-step cloning method performed at a large-scale to ensure that the final library contains unique tRNAs included within the oligo pools. This requires a high level of expertise and quality control. Purpose and Objectives: The purpose of this requirement is to design pooled oligo libraries and primary tranformant tRNAs that improve on existing tools, resulting in more robust gene knockdown and allowing more compact screens, thus reducing the cost of future experimentations. The objective of this requirement is to generate pooled oligos for genome-wide dual single guide RNA (sgRNA) clustered regularly interspaced short palindromic repeats (CRISPRi) libraries, and large-scale generation of final plasmid libraries for the purpose of performing CRISPRi survival screens in iPSC differentiated into neurons for the Neurodegenerative Initiative (iNDI) project. Project requirements: The vendor shall generate (4) CRISPRi tRNA oligo libraries, and (4) unique primary transformants for intermediate tRNA libraries. These biologicals will improve the projects� existing tools being used within the INDI initiative which will result in a more robust gene knockdown and allowing more compact screens, thus reducing the cost of each future experimentation. The generation of the oligo pooled libraries and primary transformants require a multi-step cloning method performed at a large-scale to ensure that the final libraries and transformants contain all of the unique tRNAs.� The vendor shall provide the following eight (8) requirements: Cloned Oligo Pool Library, Intermediate tRNA library, 21554 customer-defined dual-guide variants, cloned into customer-supplied vector, 250 ug delivered as purified plasmid DNA. Cloned Oligo Pool Library, Intermediate tRNA library, 21554 customer-defined dual-guide variants, cloned into customer-supplied vector, 250 ug delivered as purified plasmid DNA. Cloned Oligo Pool Library, M6_Scaffold_tRNA_Library, 21554 customer defined dual-guide variants with conserved portions from Intermediate tRNA library, cloned into customer-supplied vector with M6 scaffold dropped in via two step cloning, 250 ug delivered as purified plasmid DNA. Cloned Oligo Pool Library, iF15_2xU6-bsd-BFP_rmLoxP_Final, 21554 customer-defined dual-guide variants, cloned into customer supplied vector with 2xU6 scaffold dropped in via two step cloning, 250 ug delivered as purified plasmid DNA. Primary transformants for Intermediate tRNA library in TG1 cells as ~10 tubes of glycerol stocks. Primary transformants for 1 CR3_Scaffold_tRNA_Library in TG1 cells as ~10 tubes of glycerol stocks. Primary Transformants for M6_Scaffold_tRNA_Library in TG1 cells as ~10 tubes of glycerol stocks. Primary transformants for iF15_2xU6-bsd-BFP_rmLoxP_Final library in TG1 cells as ~10 tubes of glycerol stocks. This workflow requires the Government to provide custom vectors or plasmids to the vendor, and then using a large scale CRISPRi method, the vendor shall generate large pooled libraries with custom designed variants.� These oligo libraries and primary transformant variants will be delivered to the Government. Other important considerations: Vendor will provide a dedicated project manager to the government as a point of contact for the services. Period of Performance:� 2 months Capability statement /information sought. Small business concerns that believe they possess the capabilities to provide the required services 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 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.� 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 Friday, June 9, 2023 at noon, 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/bcb090b7164f428c8e07691ff3d8178a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06695456-F 20230527/230525230119 (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  © 1994-2020, Loren Data Corp.