SOURCES SOUGHT
Q -- Untargeted metabolomics analysis
- Notice Date
- 10/17/2022 1:35:00 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W911QY-23-R-MetA
- Response Due
- 11/1/2022 9:00:00 AM
- Point of Contact
- Meri Linnea Jones, Phone: 5082062038, Jennifer Rourke, Phone: 5082063853
- E-Mail Address
-
meri.l.jones.civ@mail.mil, jennifer.a.rourke2.civ@army.mil
(meri.l.jones.civ@mail.mil, jennifer.a.rourke2.civ@army.mil)
- Description
- SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) to identify potential sources to provide�information for untargeted metabolomics analysis of human fecal samples and samples generated from batch fecal fermentations from US & non-US companies. The Government requests that responses be submitted electronically to meri.l.jones.civ@army.mil and jennifer.a.rourke2.civ@army.mil by 1 November 2022 by 12 (noon) pm EST. Description: DEVCOM-SC is conducting a Request for Information (RFI) on technologies or capabilities to perform untargeted metabolomics analysis on human fecal samples and/or fermentates (i.e. cell supernatants) generated from fecal fermentations. Specific Specifications:� DEVCOM SC is seeking available technologies to support this sample analysis.� Specific specifications are identified below.� Ability to perform untargeted metabolomics analysis on human fecal samples and/or fermentates containing live organisms. No requirements for upfront processing of samples prior to providing samples to vendor Metabolite identification, including molecular weights and/or chemical structures, and concentrations from UPLC MS or equivalent technique Annotation to a comprehensive database including plant and human fecal and/or microbiome metabolites including both identified and unidentified metabolites with >/= 500 or more metabolites identified. Pathway reconstructions through correlative techniques between identified metabolites and biological processes Ability to assess statistically significant variations between a set of generated and utilized metabolites relative to experimental and control samples Compatibility and annotation with Human Microbiome Database (HMDB) library for interpretation of metabolite source/function Metabolite analysis protocol required to facilitate data interpretation and for methods associated with subsequent peer-review publications Comprehensive data output provided by vendor including, in an Excel or equivalent format, raw data, metabolite ID with identifying information (i.e. m/z ratio, molecular weights, etc), and quantitative output (i.e. concentrations in uM or similar) Proper analysis controls to ensure data quality Proper data security procedures to follow human sample protocols Deliverables: All documentation submitted shall be submitted as MS Word, Adobe PDF, MS PowerPoint, Visio, or MS Excel files. Respondents: The White Paper should be written in respondent format, double spaced, and minimum font size of 10 pt.� Paper should not exceed 12 pages, including cover. This paper should cover company information (company name, CAGE code, mailing address, and primary point of contact information (to include telephone number and email address). The paper should cover the 5 Ws, as applicable. (e.g., What, Where, When, Why and Who.�� Example focus areas: Please discuss any/all relevant current products and services that currently meet or will be able to meet the enclosed requirements Vendors are encouraged to propose alternative products that may be able to meet or exceed the requirements. As applicable, please discuss how your product(s) was implemented within industry/Government. Please discuss, as applicable, proposed hardware used as part of the solution. For Foreign companies:� Discuss how the proposer will be able to work with the US Government in the future (i.e, US subsidiary or partner) if required Additional documentation accepted (and not included in the page count for the White Paper) includes, but is not limited to, the following: PowerPoint presentations, Training documentation, product specification sheets, user handbook/guides, pictures, link to demonstrations, test data, etc.� Test, Certification and Accreditation (C&A) Documentation: Vendors are requested to provide any supporting documentation illustrating safety certification, government approval, test data, etc.� Cost Vendor will provide the rough cost per sample which meets or exceeds analysis specifications to include breakdown of cost associated with analytical analysis, identification, quantitation, and statistical comparisons. Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on the beta.SAM.gov website. �It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to DEVCOM-SC via e-mail ONLY to meri.l.jones.civ@army.mil and jennifer.a.rourke2.civ@army.mil no later than 1 November 2022 by 12:00p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to meri.l.jones.civ@army.mil no later than 28 October 2022 by 12:00p.m. EST. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement. CONTRACTING OFFICE ADDRESS: BLDG 1 1 General Green Ave. Natick, Massachusetts 01760-5011 United States Primary Point of Contact: Linnea Jones meri.l.jones.civ@army.mil Secondary Point of Contact: Jennifer Rourke jennifer.a.rourke2.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ceb74dd1922442ad9435fda8d1779211/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06495370-F 20221019/221017230054 (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 |