Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2024 SAM #8076
SOURCES SOUGHT

Q -- HCR FISH detection of cryptic RNAs

Notice Date
1/5/2024 11:39:25 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95024R00041
 
Response Due
1/19/2024 1:00:00 PM
 
Archive Date
02/03/2024
 
Point of Contact
ERIC MCKAY, Phone: 3014802406
 
E-Mail Address
eric.mckay@nih.gov
(eric.mckay@nih.gov)
 
Description
This is a Sources Sought notice. 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. 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. Background:� TDP-43 is an RNA-binding protein that plays a key regulatory role in amyotrophic lateral sclerosis (ALS) and frontotemporal degeneration (FTD) cases. The field is currently able to detect and quantify TDP-43 pathology only by assessing brains post-mortem and attempts to directly measure TDP-43 in biofluids have not yet been successful. The Inherited Neurodegenerative Disease Section (INDS) developed an ultra-sensitive modified smFISH technique to detect cryptic exons in proteins regulated by TDP-43 in fixed human mutated iPSC neurons. We hypothesize that brain-derived extracellular vesicles (EV) carry these cryptic exons and may serve as a reservoir of these biomarkers at distant body sites, such as within the cerebrospinal fluid (CSF) or the bloodstream. To this end, we plan to develop methods to detect EV-associated cryptic exons, first in iPSC neuron models and ultimately in CSF and blood samples. Purpose and Objectives: The contractor shall assist in applying the ultra-sensitive platform technology for capture and imaging of single extracellular vesicles (EVs), as well as optimize smFISH technology developed by INDS. Project requirements: To achieve our aim, the Contractor shall: Manage the receiving of (up to 200) CSF samples, and provide safe storage at vendor�s facility, including keeping all samples at -80C and preventing repeated freeze/thaw cycles. The contractor should provide a research fellow at 30% effort for 6 months per year and a research assistant at 100% effort for 12 months per year to perform the work associated with this contract. Provide relevant protocols and material lists associated with the Government�s samples to the Inherited Neurodegenerative Disease Section. Provide regular updates on processing of Government�s samples to ensure adequate progress is being made. Provide the analyzed data and associated summary reports in electronic form. Apply methods to fix and permeabilize EVs for RNA labeling and imaging inside programmable microchannels. Optimize fixative selection and duration of fixation to improve sensitivity of cryptic exon detection. Apply methods to detect EV-associated cryptic exons in STMN2 with fluorescent dye-conjugated RNA probes using iPS cell-derived neuron models with or without TDP-43 depletion via CRISPR inhibition. The primary modality for RNA detection is HCR FISH. Team will test combinations of single probes and multiple probes to identify parameters that result in the highest sensitivity of cryptic exon detection, ideally with co-detection of the native transcript for the CE gene. Additional parameters to optimize include temperature at different steps of the procedures, durations of individual steps, washing parameters, and imaging parameters. Apply these methods to detect the STMN2 cryptic exons in CSF samples from patients with ALS or FTD compared to age-matched control patients. These experiments will leverage methodological details that are defined in A and B, but will be adjusted as needed to improve sensitivity and specificity of CE detection in CSF. Initial optimizations will be performed on pooled samples from cases and controls. Apply these methods to detect the STMN2 cryptic exons in plasma samples from patients with ALS or FTD compared to age-matched control patients. These experiments will leverage methodological details that are defined in A and B, but will be adjusted as needed to improve sensitivity and specificity of CE detection in CSF. Additional variables to test include optimization of EV capture, including the use of antibodies that enrich/select for CNS-derived EVs. Initial optimizations will be performed on pooled samples from cases and controls. Based on the results of the initial 200 CSF samples, an additional 100 samples may need to be analyzed in the same fashion as the original 200. Anticipated period of performance: The anticipated period of performance consists of a base year with one 12-month option period as follows: Base year: ����������������� 2/1/2024 � 1/31/2025 Option year 1: ����������� 2/1/2025 � 1/31/2026 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 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 Eric McKay, at e-mail address eric.mckay@nih.gov The response must be received on or before January 19, 2024, at 4:00 pm, 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/7909e1b8dc7a443ba83a155210b18c4b/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06928698-F 20240107/240105230046 (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.