SOURCES SOUGHT
A -- KONIARIS RNA Sequencing
- Notice Date
- 2/12/2026 1:05:03 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26026Q0354
- Response Due
- 2/19/2026 12:00:00 PM
- Archive Date
- 03/21/2026
- Point of Contact
- Nazanin Kreiner, Contracting Officer, Phone: (208) 429-2033
- E-Mail Address
-
nazanin.kreiner@va.gov
(nazanin.kreiner@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following in support of the Portland VA Medical Center (Portland VAMC): Portland VAMC has a need for Transcriptomic (RNA) and epigenomic (ATAC) sequencing, STATEMENT OF WORK (SOW) 1. Contract Title. Transcriptomic (RNA) and epigenomic (ATAC) sequencing 2. Background. In order to understand mechanisms underpinning cachexia, it is necessary to generate transcriptomic and epigenomic profiles of samples that have undergone cachexia (sepsis, cancer, liver regeneration) with various pharmacological and genetic modifications. This study investigates mechanisms of the catabolic response to sepsis and the crosstalk between innate immune activation and organ homeostasis. Veterans are uniquely susceptible to sepsis as it is a major cause of death following trauma. Veterans will face a mortality rate from sepsis as high as 20%, double that of the general population in the United States. Those who do survive sepsis may face long term weakness and cognitive dysfunction as well as increased risk of mortality for up to a year later. Understanding the molecular mechanisms behind the catabolic response to sepsis is critical to identify novel therapeutic targets to improve treatment for sepsis. This research is supporting the study Yap1/TAZ and CD14 in the Catabolic Response to Sepsis by providing critical mechanistic insight into the role of Yap1, TAZ, and CD14 in the catabolic response to sepsis. These sequencing studies will allow us to determine the genetic changes that occur when the above genes are manipulated in sepsis. 3. Scope. The general scale of this contract will cover anywhere from 10-100 samples per year of transcriptomic (RNA) and epigenomic (atac/methylome) sequencing. It is requested that quantities are estimated only & that items are bulk ordered & does not exceed funding listed in IGCE. The vendor will provide a free courier so picks up samples for free. The samples are temperature sensitive and perishable so samples will be stored & shipped with dry ice provided by Koniaris lab. If samples are damaged, the lab will provide new undamaged samples. If samples are returned by vendor damaged, it will be at no cost to the lab to be corrected. 4. Specific Tasks. Specific tasks may include: Task 1 (optional): Contractor may isolate RNA from tissues Task 2: Contractor will perform quality control of RNA using a bioanalyzer, QuBit, or other method Task 3: Contractor will perform library preparation of RNA Task 4: Contractor will sequence RNA Task 5 (optional): Contractor may perform analysis including alignment to reference genome Task 6 (optional): Contractor may preform library preparation for ATAC sequencing Task 7 (optional): Contractor may sequence accessible genome Task 8 (optional) Contractor may analyze ATAC sequencing data including alignment to genome 5. Performance Monitoring (if applicable). Dr. Adrian Baris will monitor samples prior to shipment to ensure they will meet the lab needs. Dr. Baris will also monitor results to ensure they are meeting the needs to the lab based on standard quality control parameters. 6. Security Requirements. Contractor does not require background investigation & will not be accessing sensitive information PHI/PII nor will they be accessing sensitive lab areas unsupervised by VA hired personnel. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE or GFI will be provided to the contractor 8. Other Pertinent Information or Special Considerations. As we are handling delicate samples that should be in transit as little as possible, it is imperative that the facility performing the sequencing be as close to the site of initial processing (Portland, OR) as possible. a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A e. Inspection and Acceptance Criteria. Dr. Adrian Baris will monitor samples and results to ensure they meet lab needs and are undamaged. 9. Risk Control I do not expect any safety issues. All samples will be free of infectious or hazardous materials. 10. Place of Performance. Work will be performed at contractor size. Shipping of samples is included in pricing. 11. Period of Performance. Base: 04.01.2026 03.31.2027 Option Year 1: 04.01.2027 03.31.2028 Option Year 2: 04.01.2028 03.31.2029 Option Year 3: 04.01.2029 03.31.2030 12. Delivery Schedule. N/A Potential candidates having the capabilities necessary to provide the above stated supplies at a fair and reasonable price are invited to respond to this Sources Sought Notice via e-mail to Nazanin Kreiner at nazanin.kreiner@va.gov no later than February 19, 2026, 1:00PM Mountain Time. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, SAM UEI, country where product is manufactured, and business size; point of contact name, phone number, and e-mail address; whether services are presently offered on a current GSA Federal Supply Schedule contract. NAICS Code 541715 Size Standard: 1,000 employees is applicable to determine business size standard. Any questions or concerns may also be directed via email to Nazanin Kreiner at nazanin.kreiner@va.gov. Disclaimer and Important Notes: This Sources Sought 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. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought 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. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3aefc97431fd48afaa16d1113099ef08/view)
- Place of Performance
- Address: Department of Veteran Affairs Portland VA Medical Center 3710 SW US Veterans Hospital Rd, Portland, OR 97239, USA
- Zip Code: 97239
- Country: USA
- Zip Code: 97239
- Record
- SN07715053-F 20260214/260212230046 (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 |