Federal Bid

Last Updated on 10 Aug 2019 at 8 AM
Sources Sought
Location Unknown

Dharmacon Human Genome Library

Solicitation ID 75N95019Q00263
Posted Date 16 Jul 2019 at 8 PM
Archive Date 10 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location United states
This is a Small Business Sources Sought (SBSS) 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; and (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 and type of qualified Small Business companies technically capable of meeting this potential 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. The notice is strictly for research and information purposes only.

The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice.

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE
The NAICS code applicable to this requirement is 325414- Biological Product (except Diagnostic) Manufacturing with size standard 1250 employees.

BACKGROUND
The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Center for Advancing Translational Sciences (NCATS) is a translational science center whose mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The Division of Pre-Clinical Innovation (DPI) at NCATS plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. DPI allocates resources to pre-clinical extramural and intramural investigators at NCATS and collaborates with scientists at other NIH Institutes and Centers.

Purpose and Objectives
The purpose of this potential acquisition is to obtain quantity one (1) Human Genome siRNA library - 0.5 nmol, Part Number: GU-106500-E2-05, that is manufactured by Dharmacon, Inc., located at 2650 Crescent Dr Ste 100, Lafayette, CO 80026-3375.

Project Requirements
Offerors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the essential government features specified herein. Products offered must include those salient physical, functional, or other characteristics of the items identified in this notice that are manufactured by Dharmacon, Inc. and deemed essential in meeting the government's needs.

The Dharmacon siRNA RNAi plates provide high flexibility for selecting plate layout and target genes. This library contains genes that are considered potential targets for therapeutics, which include, kinases, proteases, GPCRs, ion channels, phosphatases, and DNA repair. The siRNA designs and modifications reduce off target effects while maintaining high silencing potency for high confidence screening results. This chemistry produces clearer results providing, effective knockdown, higher specificity, greater stability and less cellular toxicity.

Specifically, the following are considered essential characteristics of this potential requirement:
Dharmacon's RNAi siRNA's are highly optimized and incorporate the latest in next generation RNAi chemistry therefore they will help to finalize the gene targets to follow up on and will eliminate unwanted off targets. The patented dual-stranded plus modification on all siRNAs will reduce off targets. The sense strand is modified to prevent interaction with RISC and favor antisense strand uptake, while the antisense strand seed region is modified to destabilize off target activity and enhance target specificity.

Products offered must be essentially equal to the supply described in this solicitation, which specifically includes the following manufacturer catalogue number, product description and quantity: GU-106500-E2-05; Remainder of Genome - Human ON-TARGETplus siRNA Library - Remainder of Genome - Set of 4 - 384 well 0.5 nmol library; One (1).

Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government essential features of this potential requirement. Specifically, Offerors to this Small Business Sources Sought notice shall document evidence of being able to provide the subject supply that will allow for the essential features described herein to be accomplished.

Delivery/Warranty
Offerors must indicate an estimated delivery time in full after receipt of an order and any training or warranty or software licenses applicable or if extended years of service coverage are applicable. A fixed-price contract is anticipated. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852.

CAPABILITY STATEMENTS/INFORMATION SOUGHT
Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk.

Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement; (d) quantity; (e) shipping, handling, and/or installation instructions, and/or any special delivery conditions after receipt of an order.

Respondents that believe that they are manufacturers or authorized re-sellers of the equipment specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; (d) quantity; (e) estimated price or cost; (f) shipping, handling, and/or installation charges; and delivery date after receipt of order.

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.

The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required.

The response is limited to ten (10) pages. 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.

Respondents must reference the subject announcement number on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at [email protected], and be received prior to the closing date specified in this announcement.

CONCLUDING STATEMENTS
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 pre-solicitation 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

Location Unknown 19 Aug 2019 at 6 PM
Aberdeen proving ground Maryland 03 Jul 2024 at 2 PM
Bethesda Maryland 08 May 2020 at 11 PM
Bethesda Maryland 29 May 2020 at 8 PM

Similar Opportunities

Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Wisconsin 10 Jul 2025 at 5 PM