Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2005 FBO #1460
SOLICITATION NOTICE

B -- Special studies and analyses

Notice Date
11/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PS(NHGRI)-2006-045-CDM
 
Response Due
12/8/2005
 
Archive Date
12/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The National Heart, Lung, and Blood Institute (NHLBI) Consolidated Operations Acquisition Centers (COAC) has a requirement for the National Human Genome Research Institute (NHGRI) of the National Institutes of Health (NIH) to negotiate and award a purchase order for one (1) each, Silencer Human Druggable Genome Sirna Library. This Library is a collection of 16,485 duplex RNA oligonucleotides that inhibits the expression of 5495 different genes when transfected into cells. The NIH Chemical Genomics Center (NCGC) is part of the Molecular Libraries Screening Center Network (MLSCN) that consists of nine extramural centers. NCGC will use this library to identify genes involved in particular cell-based assays and discover targets that interact with molecular probes isolated from high throughput screens. Independently, not as an agent of the Government, the contractor must furnish the material with the following siRNA library requirements: 1) Double stranded RNA oligo, composed of 19 complementary RNA nucleotides followed by a two DNA nucleotide overhang at the 3' end. 2) Must be composed of siRNAs directed against 5495 specific genes; three siRNSa per gene target, totaling 16,485 siRNAs. 3) Each siRNA will be designed to trget all RefSeq transcripts associated with a particular gene, as devided by the NCBI Entrez Gene database. 4) siRNAs will be designed using an algorithm that incorporates features that have been proven to closely correlate with efficacy, including but not limited to: a) The presence of higher G/C contents at certain residues near the 3' end of the antisense strand, and lower G/C content at certain residues near the 5' end of the antisense strand; b) The presence of higher G/C contents at certain residues near the 3' end of the Tm of specific internal domains of the siRNA; c) Position of the target sequence within the (CDS) coding region; d) Nucleotide content of the 3' overhangs; e) Avoidance of CpG motifs and of known SNPs. 5) For each target in the library, at least two out of the three siRNAs directed against the gene must specifically reduce target mRNA levels by 70% or more when transfected under appropriate conditions at 100 nM and when target mRNA levels are measured 48 hours later by qunatitative RT-PCR. 6) At least 80% of each siRNA oligo must be full length. 7) Each siRNA oligo must be cartridge purified to at least 90% purity and determined to be within 0.3% of the theoretical mass as analyzed by MALDI-TOF mass spectrometry (to confirm the correct composition andfull deprotection). 8) Each set of complementary siRNAs must be annealed and then analyzed by PAGE to ensure the presence of duplexed molecules of the expected size and the absence of significant amounts of un-annealed molecules. After annealing, 0.25 nmol of each final siRNA duplex is needed. 9) The siRNAs must not be pooled, rather siRNAs must be arrayed as one siRNA per well into 384 well microtiter plates. The siRNAs to the same target shall be provided in separate plates in the same well location. The first and last columns of each plate will remain empty. The siRNAs Library must be available within two (2) weeks from the date of award of the contract. This requirement is under the North American Industry Classification System (NAICS) code is 325998 with a size standard 500 employees. This acquisition is solicited as a total small business set-aside. Proposals are due on December 8, 2005. The award will be made based on the lowest priced, technically acceptable quote meeting the product specifications and the Government?s requirements. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror?s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later is determined by the contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include in the quotation, an itemized price list, a capability statement, the product specifications, the unit price, shipping and handling charges, the delivery time period after the award of the contract, the prompt payment discount terms, the F.O.B. point, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and the certification of business size of the company. The Offeror must also register in the government?s Contractor Registry System. Note: www.ccr.gov. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted in writing to the National Heart, Lung, and Blood Institute, contracts Operations Branch, Procurement Section, Rockledge Building 2, Suite 6149, 6701 rockledge Drive, Bethesda, maryland 20817-7902, Attention: Ms. Cecilia D. Morales, Contract Specialist. Fax Proposals will only be accepted if dated and signed by an authorized company representative
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892-2045
 
Record
SN00936885-W 20051125/051123211711 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.