Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

SOURCES SOUGHT: Targeted Quantitative Metabolomics

Process Number 75N95022Q00274

USA

Dates:


Notice ID:

75N95022Q00274

Department/Ind. Agency:

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Sub-tier:

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Sub Command:

NATIONAL INSTITUTES OF HEALTH NIDA

Office:

NATIONAL INSTITUTES OF HEALTH NIDA

General Information:


All Dates/Times are:

(utc-04:00) eastern standard time, new york, usa

Updated Published Date:

(utc-04:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jun 10, 2022 03:00 pm edt

Inactive Policy:

15 days after response date

Initiative:
  • None***--***

Classification:


Product Service Code:

q301 - medical- laboratory testing

Description:


Original Set Aside:

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: Traditional drug discovery approaches in Alzheimer’s disease (AD) have focused on modifying either amyloid plaque or neurofibrillary tangle pathologies that may be downstream of a disease cascade initiated years before these pathologies appear. These approaches have resulted in repeated failures of multiple pivotal phase-III clinical trials in patients with AD. Therefore, identifying the earliest metabolic abnormalities in disease progression may be key to developing effective interventions. The biological basis of cognitive resilience during aging remains poorly understood. Metabolic alterations in the brain and blood associated with preserved cognitive function during aging may help in better understanding such mechanisms. The proposed study has two objectives. The first is to utilize a targeted quantitative metabolomics approach to assay human induced pluripotent (iPSC)- derived astrocytes, neurons and microglia from fibroblasts of APOE ℇ4 and APOE ℇ3 carriers. This rationale is to explore how the APOE ℇ4 may impact cell-type specific metabolic dysregulation; this will provide insight into molecular perturbations associated with APOE ℇ4 and identify potential drug targets. The second objective is to utilize a targeted quantitative metabolomics approach to assay brain and blood tissue samples in a rat model of cognitive aging. The rationale is to explore regional brain metabolic changes in three groups of rats; aged-cognitively-impaired (AI), aged-cognitively-unimpaired (AU) and young unimpaired (YU). These studies will allow us to identify metabolic changes underlying cognitive resilience during aging and also identify potential drug targets that may help preserve cognitive function during aging. Purpose and Objectives: The Laboratory of Behavorial Neuroscience (LBN) recently identified a brain proteomic signature of incipient AD in young APOE ℇ4 carriers and nominated several promising drug targets implicating molecular perturbations occurring decades prior to the typical age at onset of AD. This work suggests early dysregulation in several biologic pathways in APOE ℇ4 carriers that may be causally related to the eventual accumulation of neuropathology and symptom onset in AD. Our prior work also suggests that this early dysregulation may overlap with age-associated cognitive impairment. Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work attached to this Sources Sought notice. Anticipated period of performance: September 30, 2022 – September 29, 2023 Capability statement /information sought. Small business concerns 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. Small businesses must also provide their Company Name, Unique Entity ID number 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 number 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. Facsimile responses are NOT accepted. The response must be submitted to Rashiid Cummins, Contract Specialist at e-mail address Rashiid.Cummins@nih.gov. The response must be received on or before June 10, 2022 at 3:00 pm, 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).”

Attachments / Links:


Document Size Updated date Download

Contact Information:


c/o 3WFN MSC 6012 301 N Stonestreet Ave

Bethesda , MD 20892

USA

Primary Point of Contacts:

Rashiid Cummins