SOURCES SOUGHT
Q -- SOURCES SOUGHT: Plasma assays of neurodegeneration using Lumipulse G1200 and Quanterix HD-X in the Baltimore Longitudinal Study of Aging (BLSA)
- Notice Date
- 7/6/2023 1:14:11 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00459
- Response Due
- 7/20/2023 8:00:00 AM
- Archive Date
- 08/04/2023
- Point of Contact
- Hashim Dasti, Phone: 3014028225, Karen Mahon, Phone: 3014357479
- E-Mail Address
-
hashim.dasti@nih.gov, karen.mahon@nih.gov
(hashim.dasti@nih.gov, karen.mahon@nih.gov)
- Description
- 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; (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:� Evidence from autosomal dominant Alzheimer�s disease (AD) research suggests that soluble forms of phosphorylated tau may have downstream effects on neurodegenerative processes and cognitive decline. Recent data suggest that pTau217 may be particularly sensitive to the development of brain amyloid.� The purpose of this procurement is to perform assays for biomarkers of AD (ABeta, pTau217), neuroinflammation (GFAP) and neuronal injury (NfL) in longitudinal biospecimens from participants in the BLSA who have scores on the phenotypic metric of aging index or proteomics data.� These data will be used by investigators in the Laboratory of Behavioral Neuroscience and Translational Gerontology Branch to leverage the wealth of available neuroimaging, cognitive, and clinical data in the BLSA.� Specifically measures of ABeta and pTau217 will be used to stratify participants to determine the likelihood that participants are in a preclinical phase of AD.� These measures will also be used continuously alone and in combination with biomarkers of inflammation and neuronal injury to further understand the causes of cognitive and brain changes in healthy individuals and those with a variety of comorbidities.� This project requires the use of high throughput equipment and sensitive assays for the identification of these biomarkers.� For continuity of research, the assays must be performed in a similar way to prior assays in serum/plasma from BLSA participants. These biomarkers will provide important insights into the biological underpinnings of cognitive impairment and AD/ADRD years before any symptoms would be apparent.� New insights may lead to early identification of those most likely to show cognitive decline, as well as novel treatments to help prevent or delay AD/ADRD. Purpose and Objectives: The National Institute on Aging (NIA) requires state-of-art assay kits for quantification of serum/plasma of abeta42, abeta40, and pTau 217 using Lumipulse assays and NfL and GFAP using Quanterix SIMOA assays.� These biomarkers will be assayed using stored specimens from participants in the Baltimore Longitudinal Study of Aging (BLSA). This procurement is for the services of technicians/ specialists to perform the assays on the Lumipulse G1200 instrument and the Quanterix Simoa assays on the HD-X instrument.� Project requirements: Contractor shall analyze serum/plasma of abeta42, abeta40, and pTau 217 using Lumipulse assays and NfL and GFAP using Quanterix SIMOA assays on 4500 samples from BLSA study participants. The contractor will use technicians/specialists to perform the assays on the Lumipulse G1200 and the Quanterix Simoa HD-X analyzer. Key Personnel: Technicians/ specialists with experience running assays on the Lumipulse G1200 instrument and the Quanterix HD-X instrument. Government Responsibilities: The government will provide the serum/plasma samples to be assayed and the necessary kits and materials to perform the assays. Anticipated period of performance: 12 months ARO Capability statement /information sought. Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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 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. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov. The response must be received on or before July 20, 2023 at 11AM 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 www.sam.gov. 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
-
SAM.gov Permalink
(https://sam.gov/opp/d90317f3d69141c6a65797d313af42aa/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN06739649-F 20230708/230706230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |