Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOURCES SOUGHT

R -- Metabolomics Profiling Support Services

Notice Date
7/28/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-16-594
 
Archive Date
8/17/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought Notice HHS-NIH-NIDA-SSSA-SBSS-16-594 Metabolomics Profiling Support Services Contracting Office Address: 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, MD 20892, UNITED STATES. Introduction: 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: (1) the availability and capability of qualified large business and small business sources, (2) whether they small businesses 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) large and small business 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. Background: There is currently a pressing need to identify predictive blood-based biomarkers of Alzheimer's disease (AD) and to understand the mechanisms underlying AD pathogenesis. Currently the only modalities that are available for this purpose are assays of cerebrospinal fluid (CSF) markers of Aβ42 and tau (total and phosphorylated) and neuroimaging methods that quantify brain atrophy or fibrillar amyloid deposition. The National Institute on Aging is using mass spectrometry-based proteomic analyses in combination with multi-modal neuroimaging, to reveal a robust peripheral signal from the plasma proteome that appears to be associated with AD pathology. Metabolomics profiling services are required to assist in the processing of its analyses, specifically follow-on analyses for data acquired under purchase order HHSN271201500847P. Purpose and Objectives for the Procurement: The purpose of this acquisition is to provide the National Institute on Aging with metabolomics profiling and reporting support services for brain tissue samples. This requirement constitutes a request for commercially available laboratory support services. Project Requirements: The Contractor shall provide the following services: 1.Measure the concentration of polar and hydrophilic small metabolites in two hundred (200) human serum samples using capillary electrophoresis time-of-flight mass spectrometry (CE-TOFMS). The measurement shall be through advanced scan reporting. 2.Measure the concentration of polar and hydrophilic small metabolites in one hundred thirty (130) human brain tissue samples using capillary electrophoresis time-of-flight mass spectrometry (CE-TOFMS). The measurement shall be through advanced scan reporting and absolute quantitation. For each of the above services, the contractor shall also perform statistical analyses of the utility of the metabolites as predictive biomarkers of incident AD and as markers of resilience to Alzheimer's Disease (AD) pathology. The contractor shall provide its interpretation, including annotation of relevant biological pathways, of the likely role(s) of the assayed metabolites in AD. Reporting Requirements: 1.Status Update Report - The contractor is required to provide written progress reports every 2 months of the award period of performance. The progress report shall cover all work completed during the specified period and shall present the work to be accomplished during the subsequent period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved and provide an explanation. The reports as well as final results should be submitted via email. 2.MS Excel spreadsheet with absolute brain tissue concentrations of the metabolites listed in the appendix (i.e. Advanced Scan with absolute quantitation) on all brain tissue samples provided to the contractor. 3.MS Excel spreadsheet with Advanced Scan Reporting on all available metabolites in the brain tissue samples provided. 4.MS Excel spreadsheet with Advanced Scan Reporting on all available metabolites in the serum samples provided to the contractor. 5.MS Word document detailing all the technical aspects of the experimental methodology used including coefficients of variation (CV) of the assays, specimen usage, and success/failure rate of the assay. 6. MS Word document summarizing key biological pathways implicated by metabolites associated with AD. Government Furnished Property/Information: The Government shall provide the contractor with samples for the required efforts. The Government will pay for the shipping of samples on dry ice to the contractor. Anticipated Contract Type: A firm fixed price purchase order is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Period of Performance/Delivery Requirements: The period of performance shall be September 30, 2016 through September 29, 2017. Place of Performance: The place of performance shall be the contractor's site. Capability Statement: Contractors that believe they possess the ability to provide the required support services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required support services, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must 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 Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a fixed price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-594/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04199808-W 20160730/160728234845-0f7ec25baeb511014f72b11ea745c71f (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.