Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOURCES SOUGHT

88 -- Light reception for non-image-forming visual functions in mice

Notice Date
7/20/2017
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2017-372
 
Archive Date
8/15/2017
 
Point of Contact
Andrea McGee, Phone: 301480-2449
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
1. Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-2017-372 2. Title: Light reception for non-image-forming visual functions in mice 3. NAICS Code: 541712 4. Description: Customized genetically manipulated mouse lines 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 Mental Health aims to understand the development and role of atypical mammalian photoreceptors, melanopsin containing retinal ganglion cells, in non-image forming (NIF) visual functions. These functions include: circadian photoentrainment, pupillary light reflex, sleep, and direct light effects on behavior. We will also explore the effects of light on learning, memory, and mood and the mechanism by which light activates the melanopsin-containing cells. The main tool used in all these studies is genetically manipulated mouse lines. Purpose and Objectives: The purpose of this acquisition is to procure four (4) customized genetically manipulated mouse lines. These mouse lines are the essential tools on the mechanisms of circadian clock. These 4 lines are: Conditional Cre; Conditional melanopsin knockout; Conditional DTA; Strong DTA under Mel promoter. Feature/Requirements: 1 male and 1 female mouse (4-8 weeks old) of each type below: 1. The Strong DTA under Mel promoter line is needed to kill ipRGCs (intrinsically photosensitive retinal ganglion cells) early in development to study their effects on physiological functions. 2. The Conditional Cre line is needed to label a subpopulation of ipRGCs at low number. This will give us a better resolution to look at each single cell and we can obtain more information. 3. The Conditional melanopsin line is to knockout the pigment in specified subtypes and at adult level. This will help us to learn the gene function with temporal and spacial specificities. 4. The Conditional DTA line is to kill ipRGCs with specific Cre lines and have subtype specificity. This will help us to learn the gene function in a defined cell population. 5. The breeding pairs must be received alive and in good health, as inspected by the vet in charge Anticipated period of performance: 90 days ARO 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. 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 amcgee@mail.nih.gov The response must be received on or before 7/31/2017 at 4:00PM, 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)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2017-372/listing.html)
 
Place of Performance
Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04588452-W 20170722/170720235234-2959498a242f40d459b382aae6d3fc21 (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.