Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOURCES SOUGHT

70 -- Cloning and purification of IDH2 mutants software

Notice Date
3/26/2015
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-15-225
 
Archive Date
4/24/2015
 
Point of Contact
Andrea McGee, Phone: 3014358718
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: HHS-NIH-NIDA-SSSA-SBSS-15-225 TITLE: Cloning and purification of IDH2 mutants software INTRODUCTION 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. Purpose and Objectives: The purpose of this requisition is to acquire cloning and purification of IDH2 mutants. Project Background: NCATS is in need milligram quantities of IDH2 mutantsR172K and R140Q. This acquisition requires cloning and scale up and purification of the two mutants, the detailed steps will be described in contractor requirements. This project has been a long term NCATS project, which was initiated through the Molecular Libraries and has been accepted into the NCI CBC and hence is tied to strict deadlines. Specifically, the NCATS requires the following software: Cloning and scale-up: •The vendor shall create IDH2(40-452-His6/R172K) and IDH2(40-452-His6/R140Q) using Site Directed Mutagenesis on VCID 10487 (wild-type IDH2; 40-452). •The vendor shall transform these vectors into a baculovirus expression system. •The vendor shall prepare a 10L culture of both IDH2 R140Q and IDH2 R172K for purification. Purification: •The vendor shall purify both IDH2-R172K and IDH2-R140Q from a 10L culture following the protocol that had been developed for the wild-type protein. •The vendor shall deliver the yield of purified protein up to 10 milligrams (minimum of 3 mg) from each protein prep to NCATS in the buffer and concentration of their choosing. •The vendor shall deliver each protein with accompanying QC results including SDS-PAGE and Experion purity analysis. GOVERNMENT RESPONSIBILITIES NCATS will specify the buffer in which proteins shall be delivered in upon the completion of cloning and scale up. DELIVERY OR DELIVERABLES Vendor is responsible for delivering between 3 mg and 10 mg of IDH2-R172K and IDH2-R140Q 20 weeks upon award is made. Each mutant delivered shall provide QC results, including SDS-PAGE and Experion purity analysis. CAPABILITY STATEMENT Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Andrea McGee, Contract Specialist @ andrea.mcgee@nih.gov. on or before April 9, 4:00 p.m. eastern time. The response must in in Microsoft Word, 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. 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 pre-solicitation 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-225/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03680696-W 20150328/150327000046-6f0fa8e8301d370da06a42df2df4448a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.