Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2010 FBO #3297
SOURCES SOUGHT

R -- Professional Service Contract

Notice Date
12/2/2010
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(DE)-2011-033-JML
 
Archive Date
12/22/2010
 
Point of Contact
Jonathan M. Lear, Phone: 3014514470
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This Sources Sought (SS) Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Heart, Lung, and Blood Institute (NHLBI) on behalf of the National Institute of Dental and Craniofacial Research (NIDCR). The purpose of this SS is to identify qualified small business concerns [including Small Disadvantaged Businesses (SDB), Woman-Owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB] that are interested in and capable of providing a Contractor for Professional Services in accordance with the below Statement of Work. The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this Sources Sought notice, the NHLBI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this Sources Sought notice or the NHLBI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The NHLBI is seeking capability statements from all eligible small business concerns [particularly Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-owned Small Businesses (SDVOSB)] under the North American Industry Classification System (NAICS) code 541711 with a size standard of 500. Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide the below services within 30 days after receipt of purchase order. Background Information: The scientific mission of our section is to elucidate the function of an essential protein, eIF5A, and its hypusine modification in mammalian embryonic development, growth, and cancer. There exist two closely related isoforms, eIF5A-1 and eIF5A-2. Both eIF5A isoforms undergo a unique posttranslational modification that converts one of its lysine residue to a basic amino acid hypusine by way of two enzymatic steps, involving deoxyhypusine synthase (DHS) and deoxyhypusine hydroxylase (DOHH). Our recent gene knock-out study indicates that the eIF5A-1 isoform and the first step enzyme, DHS, are essential for mouse embryonic development. However, it is unknown whether eIF5A-2 or DOHH is required for mammalian development. To this end, we would like to generate a knock-out mouse that does not express eIF5A-2 or DOHH. In order to do this, we constructed a vector with mouse genes interrupted with selection marker gene, to be used in generating gene-targeted ES cells by the University of Cincinnati. The gene-targeted ES cells will be used in a mouse gene knock-out study in our laboratory by the contractor. Determination of the essentiality of eIF5A-2 and DOHH by the gene knock-out study will provide critical information on the role of eIF5A and its hypusine modification in mammalian physiology, development, growth, differentiation, apoptosis, and tumorigenesis. Purpose and Objectives for the Requirement: The objectives of the proposal are: -Selection of gene-targeted ES cell clones and confirmation of correct gene targeting -Generation of gene-targeted heterozygous mice for eIF5A-2 and also for DOHH -Determination of the essentiality of each gene in mouse embryonic development -Characterization of phenotypes of gene-targeted mice (heterozygous and homozygous) -Characterization of mouse embryo fibroblasts isolated from each gene-targeted mouse and characterization of the phenotypes of the cultured cells -Determination of the physiological function and eIF5A-2 and DOHH in prenatal and neonatal mouse development, growth, life span, and tumorigenesis. -The targeted date of generation of gene-targeted mice is approximately 1 year from selection of gene-targeted ES cell clones and characterization may require additional time Contractor Requirements: The contractor with familiarize him/herself with all the guide lines of animal use and care and laboratory safety at NIDCR/NIH and will meet all the requirements, including courses and registrations. The contractor will work full-time (40 hours/week) to conduct research-related work, including design and execution of experiments, analyses of data, literature search and writing bi-weekly reports. The specific tasks to be performed by the contractor are as follows: -Culture of gene-targeted ES cells clones, and confirm targeting of eIF5A-2 or DOHH gene in three selected ES cell clones for each gene by PCR of genomic DNA (and also by western blotting with a specific antibody and maintenance and storage of the selected ES clones -Injection of the selected ES cells into blastocyts and implantation into pseudopregnant female mice (to be carried out by Gene-Targeting Facility of NIDCR, NIH) to generate chimera mice -Mating of chimera male mice with C57BL/6 female mice to generate agouti mice -Genotyping of the heterozygous agouti mice to identify the strains with germ-line transmission of targeted genes -Mating of male and female heterozygous gene-targeted mice and genotyping of pups to determine if any pup with homozygous targeting of each gene is viable -Characterization of phenotypes of heterozygous of homozygous (if any) gene-targeted mice by determining the growth rate, fertility, life span, tumor rate, etc -Isolation of mouse embryo fibroblasts from wild type and gene-targeted mice and characterization of these cells by measuring the rate of cell growth, protein synthesis, susceptibility to carcinogenic or apoptosis stimuli, etc The period of performance shall be for one (1) year. The contractor shall have a Ph.D degree with a maximum of five (5) years of research experience with a demonstrated ability to conduct research independently and with demonstrated proficiency in these areas: 1) writing biomedical research protocols, study design, and reports, 2) animal physiology and pathology involving surgery, dissection, and mating, 3) immunohistology of animal tissues, 4) in situ hybridization, 5) cell culture, transfection, siRNA, 6) basic molecular biology skills including isolation of genomic DNA and RNA, PCR, and RTPCR, 7) computer skills (word processing, graphics, and bioinformatics), 8) microscopic skills (phase-contrast, fluorescence, and confocal). Government Responsibilities: The Government provides information on the targeted genes, a vector construct map, and all related data to the contractor. The Government also provides laboratory space with a bench, a desk with a computer, all the animals, facilities, reagents, and materials required for the project. Reporting Requirements: The contractor shall provide the tasks described above. The Government will maintain daily or weekly communication by verbal discussion, email, and review of written reports to insure that progress is made as scheduled. The contractor is available and will be responsive to the Government in the planning and execution of the tasks involved. Program Management and Control Requirements: The contractor shall carry out quality control procedures for the generated data and shall maintain records for these services, using both hard copy and computer formats in Microsoft Word or Excel that meet standard record keeping requirements. Inspection and Acceptance Requirements: The contractor shall function with a high level of independence performing the list of tasks described above. The contractor shall have the responsibility for organizing and carrying out assignments and for quality control of the data generated. Inspection and acceptance of all data and documents will be performed by the Project Manager either be electronic examination or by meetings. Interested parties should submit a tailored capability statement for this requirement, not to exceed 10 single-sided pages (including all attachments) presented in single-space and using a 12-point font size minimum, that clearly details the ability to provide these services. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. All capability statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Jonathan Lear, Contract Specialist, at learj@nhlbi.nih.gov in either MS Word or Adobe Portable Document Format (PDF), by December 7, 2010, 3:00pm, EST. All responses must be received by the specified due date and time in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2011-033-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health/NIDCR, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02337652-W 20101204/101202234510-9e7ed3ba8e1147be7e723f490bda0937 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.