Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2023 SAM #7724
SOURCES SOUGHT

R -- Experimental Neuroscientist Services for Molecular and Pathophysiological Studies of Parkinson�s Disease Dementia

Notice Date
1/18/2023 7:07:02 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00078
 
Response Due
1/31/2023 9:00:00 AM
 
Point of Contact
Andrea Clay, Phone: 3014802449
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Description
SOURCES SOUGHT NOTICE Solicitation Number: 75N95023Q00078 Title:� Experimental Neuroscientist Services for Molecular and Pathophysiological Studies of Parkinson�s Disease Dementia Classification Code:� R499 NAICS Code:� 541715 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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. 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 Non-Manufacturer Rule). 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 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. Background:� Parkinson�s disease (PD) is typically characterized as a degenerative movement disorder, clinically manifested with distinct motor disturbances, including slowness of movement, resting tremor, rigidity, and postural instability, resulting from extensive loss of dopaminergic neurons in the substantia nigra pars compacta of midbrain. Besides motor symptoms, PD patients often develop cognitive dysfunctions, which leads to Parkinson�s disease dementia (PDD). Approximately 75% of PD patients develop dementia within 10 years of diagnosis, and the prevalence of PDD is 0.3-0.5% in general population older than 65 years. There is no cure for PDD. The exact pathogenic mechanisms of PDD are largely unknown. An important step in intervening complexed neurological disorder like PDD, is to elucidate the functional roles of different neural circuits responsible for specific behavioral phenotypes. Purpose and Objectives: �The objective of this work is to investigate the synaptic inputs and physiological functions of a specific subpopulation of midbrain dopaminergic neurons in declarative memory formation. The knowledge gained from this study will provide cell type and circuit specific mechanisms of PDD and lay the foundation for designing new therapeutic interventions for treatment of cognitive impairments in PDD. Project requirements: The National Institute on Aging requires senior neuroscientist services for the live imaging, electrophysiology, and behavioral studies of mouse models resembling key clinical symptoms of Parkinson�s disease dementia (PDD). The neuroscientist will apply advanced sophisticated modern neuroscience experimental techniques, including � but not limited to � live imaging of neuronal activity in behaving mice with miniScope or fiber photometry, stereotactic injections and mouse survival surgery, immunohistochemistry and confocal microscope, and mouse behavioral testing. This work requires familiarity with MATLAB for data analyses. The neuroscientist will play an important role in assisting manuscript preparation and research training of other team members. In keeping with the general requirements above, the contractor will: Conduct full-time, independent research relating to the pathophysiological mechanisms of PDD, guided by the point of contact (Dr. Huaibin Cai) for 30 hours per week. Provide project updates weekly and ongoing. Data communication is essential in this role both for presenting projects to other scientists and journals but as well as internal oversight and project development. Ongoing project updates will account for roughly 2 hours per week and include time for meetings, presentations, manuscript drafting and revision. This will also help ensure that the scope of work and general requirements is being adequately fulfilled in a timely manner. Teach other team members crucial research skills for about 3 hours per week. Support LNG�s mission to share the results with the broader scientific community by uploading data to the respective data repositories. The senior neuroscientist must have a doctoral degree with three or more years' postdoctoral training in neuroscience or a life science field. The neuroscientist is expected to be an expert in live imaging techniques in behaving mice, electrophysiology and neuroanatomy. Previous experience with basal ganglion physiology is a plus.� For additional information, please refer to the attached document titled, Statement of Work (Services). Anticipated period of performance: Consists of a twelve (12) month base period followed by two (2) twelve (12) month optional period. Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. 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 (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Andrea Clay, Contract Specialist at e-mail address amcgee@mail.nih.gov The response must be received on or before January 31, 2022 at 12:00PM, 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/2ba0ef4010ba41499ff669a19e5e72dc/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN06567288-F 20230120/230118230111 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.