Maryland Bids > Bid Detail

iNDI-Plus (iNDI+) 2.0, additional alleles for the iPSC NeuroDegeneration Initiative project

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159554918970294
Posted Date: May 15, 2023
Due Date: May 30, 2023
Solicitation No: 75N95023Q00319
Source: https://sam.gov/opp/51fb20ed87...
Follow
iNDI-Plus (iNDI+) 2.0, additional alleles for the iPSC NeuroDegeneration Initiative project
Active
Contract Opportunity
Notice ID
75N95023Q00319
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 15, 2023 02:21 pm EDT
  • Original Response Date: May 30, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 541714 - Research and Development in Biotechnology (except Nanobiotechnology)
  • Place of Performance:
    Baltimore , MD 21224
    USA
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; and (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:



The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard.





Purpose and Objectives: The purpose of this acquisition is to procure generate a collection of up to 830 engineered isogenic Alzheimer's disease and related dementias (ADRD)-mutation iPSC lines.





Description:





Contractor will generate a collection of up to 830 engineered isogenic Alzheimer's disease and related dementias (ADRD)-mutation iPSC lines. The allele type, number of projects/genes will be as follows:




  1. Female/Diverse SNV allele, 300 iPSC lines

  2. Female/Diverse Revertant allele, 300 iPSC lines

  3. KOLF2.1J: Tagged allele, 80 iPSC lines

  4. KOLF2.1J: Tagged + SNV allele, 80 iPSC lines

  5. KOLF2.1J: Community SNV allele, 25 iPSC lines

  6. KOLF2.1J: Community Revertants allele, 25 iPSC lines

  7. KOLF2.1J: Functional allele, 20 iPSC lines





Platforms used by vendor must include:

Cas9–sgRNA ribonucleoprotein (RNP)to facilitate editing human iPSCs.

Conditions for high-efficiency CRISPR/Cas9-mediated editing of SNVs in human iPSCs, will be performed by use of a fluorescent BFP -> GFP assay

Generation of knockout alleles should be performed by two strategies. The first strategy is the deletion of most or all of the protein coding exons of the target gene. The second approach introduces a premature stop codon in the body of the gene by HDR. These two approaches will include the generation of HaloTag alleles as well as Halotag-SNV alleles.





The vendor will also provide QC results on all engineered lines that will include Sanger sequencing, G-band karyotyping, and array-based genotyping using Illumina SNP (Global Diversity) arrays in a CLIA-certified laboratory. Where appropriate, on-target analysis by PCR and sequencing should be performed and results reported.





LEVEL OF EFFORT:

Vendor staff will provide cell lines after engineering and QC/QA information that includes the description of genetic modification and associated IDs, primer sequences for genotyping, quality control data (Sanger sequence traces of the edited allele and results of karyotype and array analysis)





Anticipated delivery: 12-month base period w/ (one) 12 month option year



Place of Performance:



251 Bayview Blvd



Baltimore, MD 21224





Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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 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 (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 May 30, 2023 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 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).”


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 15, 2023 02:21 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >