1. Solicitation Number: HHS-NIH-NIDA-(AG)-SBSS-75N95019R00063
2. Title: IPSC Neurodegeneration Initiative (INDI) project
3. NAICS Code: 334515
4. Description: Laboratory Services
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 Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives.
Purpose and Objectives: The purpose of this acquisition is to procure services for the following: Neurodegenerative diseases are common, debilitating, and often untreatable. We now know that mutations in ~50 genes cause the majority of inherited forms of Alzheimer's disease and related dementias (ADRD). In addition, we know that some ADRD genes function together to regulate key cellular processes, strongly suggesting the presence of converging disease mechanisms in ADRD. Genetically-defined patient cohorts now exist and are growing, setting the stage for future precision medicine trials. However, in order to develop effective targeted therapies for these defined cohorts, we need a deeper mechanistic understanding of how individual gene mutations cause disease. In addition, we need to systematically identify and characterize converging ADRD disease pathways, which may be ideal drug targets because single drugs could be effective in patients with mutations in different, but functionally related, genes. To aid in this effort, we require the creation of isogneic panels of genome-engineered human iPSC lines harboring mutations associated with neurodegenerative diseases.
Purchase Description:
150-300 engineered isogenic mutation lines from parental iPSCs (to be provided by the government), with each engineered line harboring a single gene mutation
a. For each engineered mutation line, the vendors will provide:
i. heterozygous mutation clones, multiple vials of frozen cells
ii. homozygous mutation clones, multiple vials of frozen cells
iii. QC validation of engineered iPSCs
Anticipated delivery: The period of performance shall be for a base year of 12 months with (4) four option year periods.
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.
This will be a multiple award for the base year with the OY being exercised with the vendor who performs the base successfully.
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 McGee, Contract Specialist at e-mail address [email protected]
The response must be received on or before June 27, 2019 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)."