SOURCES SOUGHT
65 -- iNDI ALFAtag cell lines for the iPSC Neurodegenetive Disease Initiative (iNDI) project
- Notice Date
- 12/10/2024 12:47:39 PM
- 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
- 75N95025Q00078
- Response Due
- 12/20/2024 9:00:00 AM
- Archive Date
- 01/04/2025
- Point of Contact
- Andrea Clay, Phone: 3014802449
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Description
- � Solicitation Number: 75N95025Q00078 � Title: iNDI ALFAtag cell lines for the iPSC Neurodegenetive Disease Initiative (iNDI) project � NAICS Code: 325414 � PSC: 6550 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; and (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: Purpose and Objectives: The purpose of this acquisition is to generate a collection of up to 230 isogenic Alzheimer's disease and related dementias (ADRD) iPSC cell lines harboring a WT-ALFAtag or SNV-ALFAtag in the KOLF2.1J cell line. Description: The Contractor shall provide genetically engineered iPSCs for the purpose of creating a national cell repository as an open resource for the scientific community and as a tool to characterize how mutations change fundamental biological properties of disease-relevant cell types. These lines will harbor a fluorescent ALFAtag to visualize the tag and single nucleotide alleles through microscopy approaches. The cell line development and QC reporting should be consistent with other project data that has been collected from the iNDI project. Specific Requirements: 3-6 independent heterozygous clones will be recovered for each project and screened to identify the candidate lead clone. The Contractor should target the below numbers for each cell type: - 70 WT-ALFAtag projects - 160 SNV-ALFAtag projects Platforms used by vendor must include: Amaxa4D nucleofection system to facilitate editing human iPSCs. The vendor shall also provide QC results on all engineered clones that will include Sanger sequencing, imaging validation via antibody staining and imaging on an OperaPhoenix system, mycoplasma testing, long read sequencing, and array-based genotyping using a high-density Illumina SNP arrays in a CLIA-certified laboratory. Where appropriate, on-target analysis by PCR and sequencing should be performed and results reported. All data must be compatible with existing iNDI cell line data. To accomplish these requirements, the Contractor will provide dedicated laboratory staff to develop cell lines and also a computational scientist to analyze the data. LEVEL OF EFFORT: Vendor staff shall provide clones after engineering and QC/QA information that includes the description of genetic modification and associated IDs, primer sequences for genotyping, quality control data (Sanger sequence traces of the edited allele and results of karyotype and array analysis). GOVERNMENT RESPONSIBILITIES The government will provide a list of selected mutations to vendor for cell line engineering. DELIVERY OR DELIVERABLES Each clone will be expanded and archived in quadruplicate 96-well Matrix� storage plates each containing 8 vials of the heterozygous clone. One lead clone will be identified that is verified by the below QC measures. REPORTING REQUIREMENTS The vendor is to provide documentation regarding: a. General method of engineering employed for each line, including information about the nuclease used and protein/plasmid based delivery (e.g. WT spCas9 RNP, TALENs, plasmid-based CRISPR, etc) b. Sanger sequencing for each iPSC line c. Next Generation sequencing results for each line d. cDNA genotyping for each line e. Imaging validation on an OperaPheonix system for each iPSC line f. SNP Array results from a CLIA-certified laboratory for each iPSC line OTHER CONSIDERATIONS The principal place of performance is the vendor�s work site. Travel for contractor employees will not be necessary. KEY PERSONNEL Vendor will provide a dedicated project manager to the government as a point of contact for the services. Period of Performance: 12 months Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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 an 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 (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Andrea Clay, Contract Specialist at e-mail address amcgee@mail.nih.gov and Karen Mahon, Contracting Officer at karen.mahon@nih.gov. The response must be received on or before December 20, 2024 at 12:00PM, 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/2a6507b5f2a64aa0ab47400fba4ac703/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07287818-F 20241212/241210230114 (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 |