SOURCES SOUGHT
65 -- View RNA ISH cell assay kit (Brand-name or equal)
- Notice Date
- 7/22/2022 12:28:57 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
- 75N95022Q00474
- Response Due
- 7/29/2022 6:00:00 AM
- Point of Contact
- Renato Gomes
- E-Mail Address
-
renato.gomes@nih.gov
(renato.gomes@nih.gov)
- Description
- This is a Sources Sought notice in which any entity, large or small business, may respond. 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. NCATS is one of 27 Institutes and Centers at the NIH and its mission is 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 goal of the NCATS Therapeutic Development Branch (TDB) is to help close the gap between basic research and preclinical testing of new small-molecule and biologic drugs, as well as cell-based and gene therapies. Work spans the entire preclinical development pipeline, including medicinal chemistry, toxicology, formulation, and other studies required to support an Investigational New Drug (IND) application to the U.S. Food and Drug Administration (FDA). As part of NCATS Cooperative Research and Development Agreement (CRADA) for Alagille syndrome (ALGS), NCATS is responsible to develop cell assays, screen libraries and further develop the therapeutic target for ALGS. The in situ hybridization (ISH) techniques are used to visualize DNA or localize RNAs within cells. Whereas in situ analysis of RNA has traditionally been limited by low sensitivity and complicated probe synthesis, the ISH cell assay is based on highly specific branched DNA signal amplification technology, providing robust in situ detection of one or two target mRNAs within cells with single-copy sensitivity. Thus, NCATS TDB requires the View RNA ISH cell assay kit (Brand-name or equal) to further advance the research on NCATS CRADA ALGS agreement by screening NCATS NPACT and LOPAC libraries for activators of JAG1 mRNA which are potential therapeutic ALGS.����������� Purpose and Objectives: The Therapeutic Development Branch (TDB), Biology Team, within the National Center for Advancing Translational Sciences (NCATS) seeks to purchase a in situ hybridization (ISH) RNA cell assay kit to screen NCATS Pharmacologically Active Chemical Toolbox (NPACT) and Library of Pharmacologically Active Compounds (LOPAC) libraries for activators of JAG1 mRNA which are potential therapeutic target for Alagille syndrome (ALGS), an ultra-rare genetic disorders. Project Requirements: For reference purposes, the Assay Kit that meets the need of this requirement is the View RNA ISH cell assay kit (Part Number QVC0001, 18 kits) (Brand-name or equal) The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: Highly specific branched DNA signal amplification technology. Provides robust in situ detection of one or two target mRNAs within cells with single-copy sensitivity. Enables direct visualization and quantitation of target genes in cells. Sufficient materials to perform 24 1-plex to 3-plex assays in a 24-well plate format, per kit. Four primary steps: Sample preparation. Target hybridization. Signal amplification using branched DNA (bDNA) technology, and Detection. Delivery Date: The Government anticipates awarding a firm fixed-price purchase order under a future solicitation. Delivery is expected within 30 days after contractor receipt of order (ARO). Delivery shall be FOB Destination and shall be delivered to 9800 Medical Center Drive, Rockville, MD, 20850 between the hours of 8:00 am and 5:00 pm, Eastern Standard Time, Monday through Friday (except on Federal Holidays) 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 or services 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 Renato Gomes, Contract Specialist, at e-mail address renato.gomes@nih.gov. The response must be received on or before July 29, 2022, at 9:00 a.m., 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 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/aaddef57add942818f4e7414815479ac/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06399666-F 20220724/220722230116 (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 |