Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2023 SAM #8061
SOURCES SOUGHT

R -- Proof of Principle Study with a custom gene panel with up to 140 genes for NCATS

Notice Date
12/21/2023 6:05:46 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00076
 
Response Due
12/26/2023 8:00:00 AM
 
Archive Date
01/10/2024
 
Point of Contact
Nick Niefeld, Phone: 3018272094
 
E-Mail Address
nick.niefeld@nih.gov
(nick.niefeld@nih.gov)
 
Description
SAM.gov SOURCES SOUGHT NOTICE Solicitation Number:�� 75N95024Q00076 Title:� Proof of Principle Study with a custom gene panel with up to 140 genes Classification Code:� R499 - SUPPORT- PROFESSIONAL: OTHER NAICS Code:� 541990 - All Other Professional, Scientific, and Technical Services Size Standard: $19.5M 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 Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people�s health and save lives.� The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), with the mission to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The Stem Cell Translation Laboratory (SCTL) is a state-of-the-art research facility within NCATS� Division of Pre-Clinical Innovation dedicated to addressing the scientific and technological challenges in the iPSC field. The SCTL uses an integrated technological approach to better understand pluripotent stem cell biology and thereby leverage drug discovery and regenerative medicine. The SCTL aims to develop novel cell culture conditions that reduce genomic instability and increase the safety of iPSC technologies. The single cell transcriptomic profiling measurements are an integral part of the suite of analysis methods that will be carried out to construct a high-resolution �map� of the multi-omic landscape that controls human pluripotency and differentiation. The integration of all these analyses will allow us to generate foundational cell culture methods that will be shared with the scientific community. Scope: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the�Statement of Work below: The SCTL will prepare and provide the samples for this study, which includes 3 Human iPSC-derived Neuron slides� (�Samples�) by placing the specimen within the imageable area of a MERSCOPE slide. The Sample is cell culture, abd SCTL will seed the cells on to the MERSCOPE slide and grow to 70% cell density. For this study, vendor will use a custom MERFISH gene panel, up to 140 genes, to profile the gene expression of the Human iPSC-derived Neuron samples provided by the SCTL. Then, the vendor will perform MERFISH imaging, decode the acquired MERFISH data, analyze the expression profile of targeted genes in the requested samples will perform data analysis, assist with biological interpretation, and preparation of publication ready figures. Finally, the vendor will make the data, finalized analysis, and publication ready figures available to the SCTL via FTP or HTML download. See attachment Project requirements: The services consist of two phases: Phase 1: Gene panel development and protocol optimization Vendor will perform MERFISH imaging to optimize protocols for the Samples provided by Client to establish a protocol for Phase 2 study. Tests in this phase include: � Consultation for MERFISH gene panel selection for custom gene panels; � MERFISH gene panel production and evaluation; � Single molecule RNA FISH imaging of Vendor�s validated benchmark genes following the MERFISH staining protocol to evaluate the RNA quality in shipped samples, as needed; �Initial sample evaluation including cell segmentation analysis; Upon completing the test measurements, Vendor will provide a report on the feasibility of MERFISH measurement on the submitted samples. Vizgen and SCTL will decide on a Phase 2 protocol for the Phase 2 MERFISH study (�Phase 2 Protocol�). The timeline for Phase 1 is 1 month(s). Phase 2: MERFISH study Vendor will conduct a full study of spatially resolved gene expression profiling analysis via MERFISH with Phase 2 Protocol on the requested Samples provided by Client. Vendor will work collaboratively with SCTL to help with the gene panel selection and refinement, process the requested samples and analyze the data. Services in this phase include: �Sample processing and measurement using established Phase 2 Protocol; �Data analysis and visualization. o��������� Vendor will deliver a table describing the positions and identities of all detected RNA transcripts for all measurement samples. o��������� Vendor will provide a table describing the counts of each RNA species detected in each cell and the spatial position and volume of each cell for each sample. o��������� Mosaic image depicting the nucleus staining. o��������� Vendor will provide guidance for additional analysis. Other important considerations: 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 Nick Niefeld, Contracting Officer, at e-mail address nick.niefeld@nih.gov. The response must be received on or before Tuesday, December 26, 2023 at 11:00 am, 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/e938d8205b39480faa195672440346a7/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06920352-F 20231223/231221230051 (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.