SOURCES SOUGHT
99 -- In Situ Hybridization � Mouse Brains
- Notice Date
- 8/11/2020 10:59:36 AM
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NINDS-SBSS-20-008744
- Response Due
- 8/21/2020 9:00:00 AM
- Archive Date
- 09/05/2020
- Point of Contact
- Sneha V. Singh
- E-Mail Address
-
sneha.singh@nih.gov
(sneha.singh@nih.gov)
- Description
- Small Business Sources Sought Notice � In Situ Hybridization � Mouse Brains Notice ID: HHS?NIH?NINDS?SBSS?20?008744 Type: Small Business Sources Sought Office: NATIONAL INSTITUTES OF HEALTH, Office of Acquisitions, NIDA Published Date: August 11, 2020 Response Date: August 21, 2020 Reference Number: HHS?NIH?NINDS?SBSS?20?008744 NAICS Code: 621511�Medical Laboratories Title: In Situ Hybridization for GRID2, Kalirin 7 (Kal 7) and Trio 8 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 because 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. The purpose of this requirement is to acquire a In Situ Hybridization services for GRID2, Kalirin 7 (Kal 7) and Trio 8 in mouse brains. The NINDS lab will provide the contractor with 4 frozen mouse brains which the contractor will use to generate blocks for sectioning.� Each brain will be sectioned and mounted on slides. We desire dual in situ hybridization using GRID2/Kalirin7 probes on 3 test slides from each mouse brain. A positive control will be run with each test slide. A negative control will run for each brain. n=36 Slides � n=12 Test Articles � n=12 Positive Controls � n=4 Negative Controls Whole slide images will be captured of all stained slides at 20x magnification. We desire single in situ hybridization (Trio8) on 3 test slides from each mouse brain. A positive control will be run with each test article slide. A negative control will run for each brain. n=36 Slides � n=12 Test Articles � n=12 Positive Controls � n=4 Negative Controls Whole slide images will be captured of all stained slides at 20x magnification At the end of the study all tissue blocks, stained/unstained slides, and remaining reagents will be shipped to the�NINDS lab unless instructed otherwise. All data will be provided to the NINDS lab. The contractor will be responsible for designing probes capable of detecting GRID2 (NCBI accession no: NM_001370966.1), Trio-8 (accession no: XM_006520054), and Kalirin-7 (accession no: XM_017317076), which should not detect the other Kalirin isoforms outlined in McPherson et al., Gene, 2002, although cross-reaction with Kalirin-5 mRNA might be unavoidable. The project requires personnel that are knowledgeable and have acquired expertise in the areas of probe construction and In Situ Hybridization. Capability statement /information sought. The respondents must submit clear and convincing evidence that their product is equivalent or superior to the brand?name product specified in this notice. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered to determine the method of acquisition. The information must address each of the minimum specifications and the equivalent elements of the brand?name parts stated herein. The response must also indicate the country of manufacturer. � For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Nonmanufacturer Rule). � The response must also include 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. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone, and e?mail addresses. All responses to this notice must be submitted electronically to Sneha V. Singh at sneha.singh@nih.gov on or before August 21, 2020 at 12:00 PM. Facsimile responses are NOT accepted. 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 provide the product or perform the services specified herein. 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 Beta 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://beta.sam.gov/opp/378795cfc02742f393213a9eb5555971/view)
- Record
- SN05753892-F 20200813/200811230152 (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 |