SOLICITATION NOTICE
B -- Proteomic Analysis of Radiation Induced Biomarkers in Murine Plasma
- Notice Date
- 2/16/2022 9:21:39 AM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NIH NCI ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75N91022Q00031
- Response Due
- 2/23/2022 9:00:00 AM
- Point of Contact
- David Romley, Phone: 2402767822
- E-Mail Address
-
David.Romley@nih.gov
(David.Romley@nih.gov)
- Description
- General Information Short Title: ���������������� Proteomic Analysis of Radiation Induced Biomarkers in Murine Plasma Document Type:�������� Notice of Intent Solicitation Number:� �75N91022Q00031 � Posted Date:�������������� �2/16/2022 Response Date:���������� 2/23/2022 Classification Code:�� B599 � Special Studies/ Analysis NAICS Code:������������� 541380 � Testing Laboratories Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E232 Bethesda, MD 20892, UNITED STATES Description� The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch (ROB), intends to procure services on a sole source basis from SomaLogic, Inc. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source. Only one award will be made as a result of this solicitation. This will be awarded as a Non-Severable) firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND The National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch (ROB) has characterized novel radiation responsive proteins and correlated their patterns of expression with absorbed dose in models of both total body and partial body exposure. CCR�s most recent work using the Somalogic SOMAscan 1.3K Analyte Assay which uses a proprietary aptamer-based approach to simultaneously screen 1,310 analytes, yielded novel panels of significantly altered proteomic biomarkers of radiation exposure. CCR�s collective studies have consistently shown that higher predictive accuracies for radiation exposure and level of dose prediction are achieved when multiple biomarkers are used and the benefit of taking advantage of highly multiplexed proteomic expression analysis technologies. The primary objective of this project is to expand on our previous studies by using the latest Somalogic SOMAscan 7K Assay with both female and male C57BL6 TBI murine models. The NCI will characterize dose predictive proteomic signatures using both female and male C57BL6 mice and construct dose predictive algorithms which will then be tested in a multi-strain comparison of female TBI mice including CD2F1, BALB/c, C3H/HeJ and CD1 murine strains.� OBJECTIVE The objective of this acquisition is to procure Proteomic Analytic services for 214 murine plasma samples. SCOPE The scope of the work to be performed is limited to a single screening of proteomic biomarkers in murine plasma samples submitted to SomaLogic for application on the SOMAscan Assay platform. The work will include sample processing, running of the assay to analyze over 7000 proteins and final data analysis. The SOMAscan 7K assay measures 7000 protein analytes in only 130 �L of serum, plasma or cerebrospinal fluid, or equally small amounts of a variety of other biological matrices. The assay shall quantify proteins that span over 8 logs in abundance (from femtomolar to micromolar), with reproducibility of 4.6 median %CV. The SOMAscan proteomic assay is enabled by a new generation of protein-capture SOMAmer� (Slow Off-rate Modified Aptamer) reagents. SOMAmer reagents are constructed with chemically modified nucleotides that greatly expand the physicochemical diversity of the large randomized nucleic acid libraries from which the SOMAmer reagents are selected. The SOMAscan Assay measures native proteins in complex matrices by transforming each individual protein concentration into a corresponding SOMAmer reagent concentration which is then quantified by standard DNA techniques such as microarrays or qPCR. Data analysis will include internal standardization and normalization and preparation of the final report.�� �� CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS TASK 1: PROCESS EACH SAMPLE Upon receipt of samples from the Government, the Contractor shall verify each sample label and the overall inventory of samples. The Contractor shall also aliquot from primary samples and any necessary dilutions for application on the assay platform. TASK 2: RUN ASSAY ANALYSIS The Contractor�s assay analysis shall include 7000 protein analytes conducted on samples of at least 130 �L. The analysis shall quantify proteins that span no less than 8 logs in abundance (from femtomolar to micromolar), with reproducibility of 4.6 median % CV. The Contractor�s assay shall measure native proteins in complex matrices by transforming each individual protein concentration into a corresponding reagent concentration, which is then quantified by standard DNA techniques such as microarrays or qPCR. TASK 3: DELIVER FINAL DATA AND ANALYSIS REPORT The Contractor shall deliver a report which includes analysis data normalized against intra assay controls and secondary normalization to interpolate control standards. Data will be supplied for all submitted samples in the form of Relative fluorescent units (RFU) for all aptamers present in the assay. GOVERNMENT RESPONSIBILITIES The Government technical point of contact (TPOC) will coordinate with the Contractor to deliver samples to the Contractor�s facilities. Samples shall be shipped no later than 45 calendar days after award. The Government will be responsible for arranging shipment of samples to and from the Contractor. TYPE OF ORDER This shall be issued as a Non-Severable Firm Fixed Price Purchase Order. NON-SEVERABLE SERVICES The services procured in this order are considered non-severable services. Funds are only available for use for the contract line item (CLIN) to which they are obligated. Unused funds from one CLIN may not rollover for use in other CLINs or order periods. PERIOD OF PERFORMANCE The period of performance is from April 1, 2022 to July 31, 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1ca749fef66b4d81a0ed86a1b05861cd/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06244198-F 20220218/220216230112 (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 |