Federal Bid

Last Updated on 04 Oct 2017 at 8 AM
Solicitation
Center Kentucky

Plasmid and Lentiviral based CRISPR Libraries

Solicitation ID HHS-NIH-NIDA-SSSA-SS-17-751
Posted Date 15 Sep 2017 at 7 PM
Archive Date 04 Oct 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Mental Health
Agency Department Of Health And Human Services
Location Center Kentucky United states
INTRODUCTION
PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION.

THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA), on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a contract/purchase order to Transomic Technologies for the acquisition of plasmid and lentiviral based CRISPR libraries for the Trans NIH RNAi Facility.
.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 541711 - Research and Development in Biotechnology, with a size standard of 1,000 employees.

REGULATORY AUTHORITY
The resultant contract/purchase order will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05- 2005-94 and 2005-95. Effective January 19, 2017

STATUTORY AUTHORITY
This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c)(1) under provisions of the statutory authority of FAR Subpart 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements".

DESCRIPTION OF REQUIREMENT
Project Description, Purpose and Objectives
The National Institutes of Health has established an RNAi facility to provide intramural researchers with access to the equipment and expertise necessary to conduct genome-wide RNAi screens in mammalian cells. This facility works as a collaborative resource for doing RNAi assay development, screening, and initial follow up and works with investigators to develop and optimize their assays for screening, conduct the screens and related informatics analyses, and performs follow-up screens on promising leads. Further work is done with the PI to do the downstream biology required to get the quality publications and the kind of groundbreaking results needed.
In order to develop a flexible, functional, genomics platform that offers complementary and orthogonal CRISPR screens to NIH intramural investigators, state of the art lentiviral and plasmid based gRNA CRISPR libraries are required that follow the RNAi workflow closely, and provide the same viral titre and reproducibility that would ensure stability and robustness of the assay. The acquisition of plasmid and lentiviral based libraries for the Trans NIH RNAi facility will improve the RNAi screening program.

This requirement is to acquire three (3) gRNA CRISPR libraries and related services for:
i. Kinome
ii. Epigenetics
iii. Membrane trafficking

Period of Performance: 60 days ARO

CLOSING STATEMENT
This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.

Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

All responses must be received by September 19, 2017 by 5:00pm EST and must reference number HHS-NIH-NIDA-SSSA-SS-17-751.

Responses must be submitted electronically to Bruce Anderson at [email protected] and must reference the solicitation number HHS-NIH-NIDA-SSSA-SS-17-751, on your electronic request. FAX requests are not accepted.

"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Aug 2017 at 2 PM
Location Unknown 08 Sep 2017 at 8 PM
Center Kentucky 08 Aug 2017 at 1 PM
Redwood city California 02 May 2024 at 3 PM
Rockville Maryland 08 Aug 2019 at 8 PM