Federal Bid

Last Updated on 13 Jul 2018 at 8 AM
Sources Sought
Center Kentucky

Assorted Protein and Small Molecules Purchase

Solicitation ID NIHDA201800279
Posted Date 22 Jun 2018 at 7 PM
Archive Date 13 Jul 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ncats
Agency Department Of Health And Human Services
Location Center Kentucky United states

Federal Business Opportunities (FBO)
SOURCES SOUGHT NOTICE

1. Solicitation Number: NIHDA201800279

2. Title: Assorted Protein and Small Molecules Purchase

3. Classification Code: 6505 Drugs and Biologicals

4. NAICS Code: 325413

5. Description: 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 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: Ongoing research projects in the National Center for Translational Sciences (NCATS) Stem Cell Translational Labs (SCTL) focus on understanding molecular mechanisms regulating stem cell pluripotency and their multi-lineage differentiation capabilities with a focus on defining optimum culture conditions for maintaining pluripotent stem cells and their conversion to homogeneous and mature population of differentiated cells. To achieve these aims, SCTL performed rigorous internal tests of a variety of stem cell culture systems and small molecules from several vendors and concluded that small molecules and proteins from R&D Systems meets its specific requirements, including supporting stem cell pluripotency maintenance, multi-lineage differentiation and 3-D culture. Numerous batches of cells have been grown using R&D Systems' small molecules and the result was consistent and predictable growth resulting in successful assays performed at NCATS.

Purpose and Objectives: Purchase of assorted R&D Systems' proteins and small molecules.

Project requirements: R&D Systems' assorted proteins and small molecules including:
Quantity Units
Dibutyryl-cAMP, sodium salt 5 50MG
L-Ascorbic acid 5 50MG
Dorsomorphin dihydrochloride 5 50MG
A 83-01 5 50MG
Y-27632 dihydrochloride 10 10MG
SAG 21k 10 10MG
CHIR 99021 trihydrochloride 10 50MG
Recombinant Human/Mouse/Rat Activin A Protein 10 50UG
Recombinant Human BMP-4 Protein 10 50UG
Recombinant Human Oncostatin M (OSM) Protein 5 50UG
LDN 193189 dihydrochloride 5 50MG
Recombinant Human/Mouse/Rat/Canine/Equine BDNF Protein. 10 25UG
Recombinant Human GDNF Protein 10 50UG
Recombinant Human beta-NGF Protein 10 100UG
Recombinant Human NT-3 Protein 10 25UG
SU 5402 10 1MG
DAPT 10 10MG


Salient characteristics:
•Small molecules are formulated for best stability and are lyophilized from a sterile filtered solution. They are available without or with a carrier protein, usually bovine serum albumin (BSA) at 50 mg/mg of protein.
•Small molecules are in solution and ready to use
•Each protein is tested to rule out microbial contamination using direct plating and broth dilution, according to guidelines from the United States Pharmacopeia (USP)
Anticipated period of performance: One-time delivery 3 to 5 weeks ARO.

Other important considerations: This will be a brand name only requirement. The following proteins and small molecules must be manufactured by R&D Systems, 614 McKinley Place NE, Minneapolis, MN 55413.

Capability statement /information sought. Responses shall include a capabilities statement and the following information:

• respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;

• information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information;

• general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.);

The respondent must also provide their DUNS number, 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 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 Jessica Adams, Contract Specialist, at e-mail address [email protected].

The response must be received on or before June 28, 2018, 1:00pm, 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)."

 

 

Bid Protests Not Available

Similar Past Bids

Fort drum New york 27 Mar 2025 at 1 AM
Fort drum New york 30 Dec 2024 at 10 PM
Center Kentucky 02 Dec 2015 at 8 PM
Location Unknown 12 Mar 2015 at 6 PM
Fort drum New york 10 Feb 2025 at 8 PM

Similar Opportunities

Hines Illinois 29 Jul 2025 at 7 PM
Philadelphia Pennsylvania 21 Feb 2029 at 5 AM (estimated)
Philadelphia Pennsylvania 31 Dec 2025 at 5 AM (estimated)
Philadelphia Pennsylvania 28 Dec 2029 at 5 AM (estimated)