MODIFICATION
A -- Maintenance of Mouse Model Repository
- Notice Date
- 2/18/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
- ZIP Code
- 20892-7510
- Solicitation Number
- RFP-NICHD-IDD-2015-7
- Archive Date
- 3/19/2015
- Point of Contact
- Timni Mahase, Phone: 301-435-8867, Adelola Kellum, Phone: 3014356955
- E-Mail Address
-
timni.mahase@nih.gov, kelluml@mail.nih.gov
(timni.mahase@nih.gov, kelluml@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: This is a Research and Development ( R & D) Sources Sought notice is seeking only Small Business responses. This is NOT a solicitation for proposals. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential R & D requirement. Background: The Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) seeks capability statements from interested and qualified potential sources for the NICHD Maintenance of Mouse Model Repository (MMMR). This project began in the 1970s to generate and distribute mouse models for cytogenetic disorders, with special emphasis on mouse chromosome 16 (Mmu16). The creation of mouse models relevant to Down syndrome (DS; trisomy 21) began in the 1970s with the creation by Alfred Gropp in Germany of trisomy for all 19 mouse chromosomes and their pathologic characterization. Subsequently, the demonstration of genetic synteny between a segment of Mmu16 and human chromosome 21 (Hsa21) led to the use of the trisomy 16 mouse (Ts16) as a model for studies relevant to DS. With the subsequent genetic dissection of both mouse and human genomes, other genes present on Hsa21 were located on Mmu17 and Mmu10 as well. A central repository of these strains and stocks ensures the maintenance on appropriate genetic backgrounds, and that they are distributed to the research community in a timely manner. This initiative will be to produce, maintain, and distribute aneuploid mice with a primary emphasis on chromosome 16 as a model of human trisomy for chromosome 21. The contractor will: 1. Breed various strains of mice of known genetic background that will produce chromosomally unbalanced gametes resulting in complete or partial trisomic or monosomic embryos with special emphasis on chromosome 16 but including relevant regions of chromosome 17 and chromosome 10 that are syntenic to Hsa21, as available. 2. Establish a production facility to ensure that at least 30 Ts65Dn female mice are available at all times to the research community. In particular, the Contractor should ensure that there is an adequate supply of female mice for purposes of prenatal studies and establishment of separate colonies by investigators with substantial resource needs. 3. Refine procedures to cryopreserve embryos that will be rescued by thawing and re-implanting them in pseudo-pregnant mice. The Contractor should evaluate the fertility of both male and female mice for optimal methods of maintaining individual mouse strains at least semiannually. 4. Distribute the animal models to qualified investigators approved by the NICHD. 5. Test the animals periodically for pathogens as per standard protocols that are outlined in the standard operating procedures. 6. Publicize the availability of mouse models indicating the type of strains in the colony as well as detailed information about the strain phenotype, genotype, protocols for genotyping, husbandry conditions, and other details as specified by the Project Officer. 7. Characterize the clinical and behavioral phenotype of the mouse models to ensure integrity of the strains, especially for any new strains offered by the Contractor or as specified by the Project Officer. Overall Areas of Expertise Capable of providing the services needed for the repository, the offeror must submit a written capability statement that clearly demonstrates the following: 1. Experience: Provide evidence of successfully breeding, maintaining, and distributing mice that produce partial trisomy with special emphasis on the Ts65Dn mouse strain. Provide successful documentation of the phenotypic and behavioral equivalence of the Ts65Dn strain in which the Pde6brd1 (retinal degeneration) gene has been successfully removed to the original Ts65Dn strain, for large-scale future distribution and a plan to effect this transition. In addition, evidence of successfully cryopreserving embryos and implanting them into pseudo-pregnant mice to produce viable progeny should also be provided. Provide documentation of prior ability to maintain mice in a healthy, pathogen-free state. 2. Facilities: The offeror must demonstrate that it has facilities and equipment for breeding, maintaining, and distributing mice that produce partial trisomy, including adequate computer documentation and processing of requests, and a system for timely completion of orders for mice. Other specific capabilities to be demonstrated are: 1. The ability to identify, maintain, and breed mice carrying balanced Robertsonian fusion chromosomes producing whole chromosome aneuploidies and partial trisomies involving chromosome 16, and when available, chromosomes 10 and 17. The offeror must have reliable, cost-effective protocols for genotyping mice. Responses: Capability statements in response to this announcement should be no longer than 15 pages inclusive of all material. Responses will be evaluated on the basis of experience, expertise, and capabilities in the areas cited above. The anticipated contract type will be a cost reimbursement with a base year of one year and four option years. The RFP is anticipated to be posted on or about April 15, 2015 on FedBizOpps (FBO) website: http://www.fedbizopps.gov. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDIENTIALITY: 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). Businesses that believe they possess the capabilities necessary to undertake this project should submit electronic copies in addition to two (2) hard copies of their capability statement, addressing the areas above. Please limit responses to fifteen (15) pages or less. Any proprietary information should be so marked. Written capability statements should be received by the Contracting Officer by no later than 3:00 PM Eastern Time on March 4, 2015. Capability statements must identify the business status of the organization (i.e. educational institution, non- profit, large business, small business, 8 (a), or other corporate or non-corporate entity). Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as principal investigator and/or project officer: (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration, and a statement regarding industrial security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Respondents must include 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. Information in the anticipated RFP supersedes any information in this pre-solicitation announcement. Inquiries should be directed to: Timni Mahase, Contracting Officer, DHHS/NIH, National Institute of Child Health and Human Development, 6100 Executive Boulevard, Suite 7A07, MSC 7510, Bethesda MD 20892-7510, Rockville, MD 20852 (for overnight/express/courier service), email: mahaset@mail.nih.gov. Contracting Office Address: Contracts Management Branch 6100 Executive Blvd., Suite 7A07, MSC7510 Bethesda, Maryland 20892-7510 Primary Point of Contact: Timni Mahase Contracting Officer Email: mahaset@mail.nih.gov Secondary Point of Contact: Adelola Kellum Contracting Officer lk202p@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/RFP-NICHD-IDD-2015-7/listing.html)
- Place of Performance
- Address: To be determined., United States
- Record
- SN03645154-W 20150220/150218235221-b2d5a0e2dfd05ab1bad7da5a9bbf63b9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |