SOURCES SOUGHT
66 -- P450-Glo� CYP26A1 and CYP26B1 Screening Systems
- Notice Date
- 7/13/2023 6:44:04 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00501
- Response Due
- 7/27/2023 8:00:00 AM
- Archive Date
- 08/11/2023
- Point of Contact
- GIULIANA CAZETTA FALLER, Phone: 3014809789, KJ Shaikh, Phone: 3014436677
- E-Mail Address
-
giuliana.faller@nih.gov, kj.shaikh@nih.gov
(giuliana.faller@nih.gov, kj.shaikh@nih.gov)
- Description
- SOURCES SOUGHT NOTICE Solicitation Number: 75N95023Q00501 Title:� P450-Glo� CYP26A1 and CYP26B1 Screening Systems Classification Code:� 6640 � Laboratory Equipment and Supplies NAICS Code:� 334516 - Analytical Laboratory Instrument Manufacturing Size Standard: number of employees is 1,000. � Description:� The National Center for Advancing Translational Sciences (NCATS), Division of Preclinical Innovation (DPI) Tox21 group is a part of the National Institutes of Health (NIH). Tox21 collaboration between NCATS (then NCGC), NTP, EPA and FDA started with an aim to screen tens of thousands of known drugs and compounds in vitro by reducing the cost and time consuming processes involved in traditional toxiciticy testing methods. Since its inception, several screenings against Tox21 compound collection were performed at NCATS by running cell-based assays focused mainly on different targets and toxicity pathways which included nuclear receptor signaling, stress response, developmental toxicology, GPCR/cAMP signaling, and Epigentics etc. All these assays used either luciferase or fluorescence reporter gene technology for readouts. In order to quanitfy the induction/inhibiton of these reporter gene activities, different detection assay systems have been used. Currently we are testing P450-Glo assay systems to eventually screen the Tox21 libraries for testing the effects of drugs and chemical entities on cytochrome P450 26A1, and 26B1 activities. This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� Tox21, an inter-federal collaboration is mainly aimed to develop better toxicity assessment methods by running in vitro screenings against 10,000 compound collections in a high throughput format in order to eliminate the traditional animal toxicology studies. Currently Tox21 group seeks to purchase P450-Glo� assay systems. These assays can be used for testing the effects of Tox21 chemical entities on cytochrome P450 26A1, 26B1, and 3A4 activities. Purpose and Objectives: The purpose of this procurement is acquire P450-Glo Screening systems including CYP26A1, and CYP26B1. Project requirements: P450-Glo Screening systems including CYP26A1, CYP26B1, and CYP3A4. Salient Requirements: P450-Glo CYP26A1, and CYP26B1 screening systems: These assays are homogeneous, luminescent method for measuring cytochrome P450 CYP26A1, and CYP26B1 activities. These assays exhibit exquisite sensitivity, low background signals, and broad dynamic range. The half-life of the luminescent output is greater than two hours, eliminating the need for luminometers with injectors and allowing batch plate processing. The formulation also minimizes the incidence of false positives due to inhibition of luciferase by analytes when screening for cytochrome P450 inhibitors. The luminescent format also eliminates the need for time-consuming analyses. These assays has the reduced incubation times as the luciferin-based substrates are readily taken up by cells and rapidly converted to luciferin insided the cell. These assays are very stable for a number of thaw and freeze cycles. Anticipated period of performance: This is a one-time delivery. Delivery shall be within 6 weeks after receipt of order (ARO) for screening system kits ����������� In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Small business concerns that believe they possess the capabilities to provide the required products or 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. Small businesses must also provide their Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. Interested small businesses 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. The respondent must also provide their Unique Entity ID from SAM.gov, 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. 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. 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 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 Giuliana Faller, Contract Specialist, at e-mail address giuliana.faller@nih.gov. The response must be received on or before July 27, 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 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
-
SAM.gov Permalink
(https://sam.gov/opp/e4cd270d741f4c86a2d756dff38b409d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06748564-F 20230715/230713230101 (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 |