Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
MODIFICATION

R -- Measurement of calcium signals in nodal preparations for the Laboratory of Cardiovacular Science at the National Institute on Aging

Notice Date
3/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting 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-15-190
 
Archive Date
4/14/2015
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780, Brian Lind, Phone: 3014021635
 
E-Mail Address
hunter.tjugum@nih.gov, lindbj@nida.nih.gov
(hunter.tjugum@nih.gov, lindbj@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to add secondary points of contact. Offerors submitting a response to this Small Business Sources Sought shall submit transmittals to Contract Specialists at the following email addresses: hunter.tjugum@nih.gov lindbj@mail.nih.gov samantha.kelly2@nih.gov All other terms and conditions of the market survey remain unchanged. --- INTRODUCTION This is a Small Business Sources Sought (SBSS) 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 and type of qualified Small Business companies technically capable of meeting this potential 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. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 541690 Other Scientific and Technical Consulting Services with an associated small business size standard $15.0 million. Background The overall goals of the LCS are to: (1) Identify age-associated changes that occur within the cardiovascular system and to determine the mechanisms for these changes; (2) Determine how aging of the heart and vasculature interacts with chronic disease states to enhance the risk for CV diseases in older persons; (3) Study basic mechanisms in excitation-contraction coupling in cardiac cells and how these are modulated by surface receptor signaling pathways; (4) Elucidate factors that maintain stem cell pluripotentiality, that promote the commitment of stem cells to the cardiac lineage, and that regulate their development as cardiac cells; (5) Elucidate mechanisms that govern cardiac and vascular cell survival; (6) Determine mechanisms that govern neuro-hormonal behavioral aspects of hypertension; and (7) Establish the potentials and limitations of new therapeutic approaches such as changes in lifestyle, novel pharmacologic agents or gene or stem cell transfer techniques in aging or cardiovascular disease states. In meeting these objectives, studies are performed in human volunteers, intact animals, isolated heart and vascular tissues, isolated cardiac and vascular cells, and subcellular organelles. The LCS has recently discovered a new mechanism of cardiac impulse initiation that is based on the novel concept of "calcium clock". The calcium clock is pivotal switch between normal and arrhythmic heart function. The amplitude and frequency of the calcium clock operation are defined by both calcium and sodium signals, because key molecules comprising the clock are regulated by both ions. In contrast to cellular signals, calcium signals have not been measured in cardiac pacemakers. The new method to be acquired by the LCS will solve this problem. Purpose and Objectives This Small Business Sources Sought notice seeks to determine eligible sources with the capability to combine cardiovascular research and bioengineering technologies for measurement of ionic signals in single cell preparations. Qualified respondents will have published manuscripts with experience working in leading research institutions demonstrating unique and innovative methods to provide the required services stated herein. The LCS has a potential requirement to obtain obtain contractor support services in order to determine methods to measure and quantitate calcium signals in cardiac preparations including ventricular and sinoatrial node semi intact tissues. Project Requirements Requirements of this proposed acquisition will include providing the methods able to measure calcium signals in cardiac preparations including ventricular and sinoatrial node semi intact tissues. The isolated semi intact preparations should maintain cardiac rhythm (in the case of sinoatrial node preparation) or should respond from pulse to pulse to the electromagnetic field stimulation (in the case of ventricular semi-intact preparations). Contractor shall also provide algorithms to separate signal from background and instrumental noise. Deliverables will include submission of reporting requirements at a minimum of a final data set encompassing all performance results to the government, including all necessary documentation and files. Place of Performance: The place of performance is a government leased building on the Johns Hopkins Bayview Medical Campus in Baltimore, MD and will require the contractor to work on site at the NIA thoughout the performance period of any resulting contract. Period of Performance: The period of performance of any resulting acquisition request will include one base year and the option to exercise two additional one-year performance periods. The effective date of this potential requirement is June 1, 2015 through May 31, 2016 with two subsequent option years. Capability statements sought Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide clear and convincing evidence of published manuscripts of research conducted in the subject area of developing and using methods to measure ion signals in a variety of cardiovascular preparations as part of their responses. Respondents must provide clear and convincing documentation of their capability in providing other requirements and services specified in this notice. Respondents must provide a general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. The Respondent must also provide information in sufficient detail of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, 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. All responses to this small business sources sought notice must reference solicitation number HHS-NIH-NIDA-SSSA-SBSS-15-190 and be submitted electronically to Hunter Tjugum, Contract Specialist at hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov on or before the closing date specified in this announcement. Facsimile responses will not be accepted. Responses must not exceed ten (10) pages in total length in a 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. Page limit is not inclusive of cover letter or resumes. CONCLUDING STATEMENTS 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-15-190/listing.html)
 
Record
SN03674536-W 20150322/150320234802-2a8532012c51c6eb0b2895e2b1957bdb (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.