SOURCES SOUGHT
Q -- Deep Proteomic Profile of Serum Samples with Proteograph Proteomics Platform
- Notice Date
- 6/18/2024 4:45:28 AM
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024Q00360
- Response Due
- 7/3/2024 6:00:00 AM
- Archive Date
- 07/18/2024
- Point of Contact
- Emily Palombo
- E-Mail Address
-
emily.palombo@nih.gov
(emily.palombo@nih.gov)
- 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. 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:� �Unbiased serum proteomics is indispensable in elucidating the intricate interplay between circulating factors and cellular senescence during vascular disease and aging. As vascular aging progresses, systemic changes in circulating proteins play a pivotal role in driving vascular dysfunction and age-related pathologies. By employing unbiased proteomic approaches, researchers can comprehensively profile the entire spectrum of proteins present in the bloodstream, uncovering novel biomarkers and pathways associated with cellular senescence. This enables the identification of key circulating factors that mediate the crosstalk between senescent cells and vascular tissues, thereby influencing disease progression. Understanding the dynamic changes in serum proteome composition offers valuable insights into the mechanisms underlying vascular senescence, paving the way for the development of targeted interventions to combat age-related vascular diseases and promote healthy aging. Purpose and Objectives: �The purpose of this requirement is to analyze serum proteome changes in circulating factors and cellular senescence during vascular disease and aging using a large scale, unbiased analysis to measure and quantitate proteins and nanoparticles in serum samples. This will allow VABU to identify and study changes in circulating proteome expression with aging and vascular dysfunction.� These analyses require accurately calibrated and well-maintained instruments for performing such large scale analyses with very precious serum samples. Project requirements: �The vendor shall complete a full-service project from serum sample to LC-MS data on the proteomic platform and analysis with key insights for 91 samples.� Data analysis will include a detailed standard report after an initial 60-minute project consultation and with dedicated 10 hours of data analysis assistance. Anticipated period of performance: �3 months after receipt of samples by the vendor. Capability statement /information sought. Small business concerns 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. Small businesses must also provide their Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. Interested small businesses 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. The respondent must also provide their Unique Entity ID from SAM.gov, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. 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. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. 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 Emily Palombo, Contract Specialist, at e-mail address Emily.palombo@nih.gov. The response must be received on or before July 3, 2024, 9:00 am, 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 Federal Business Opportunities. 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/fb8db21e242543a496a78b5d0f6c7085/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN07101533-F 20240620/240618230119 (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 |