Arkansas Bids > Bid Detail

Quantitative proteomics measurement for human COVID-19 plasma samples

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159372633979706
Posted Date: May 16, 2023
Due Date: May 23, 2023
Solicitation No: NCTR-2023-118307
Source: https://sam.gov/opp/4decac4a4c...
Follow
Quantitative proteomics measurement for human COVID-19 plasma samples
Active
Contract Opportunity
Notice ID
NCTR-2023-118307
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
FOOD AND DRUG ADMINISTRATION
Office
FDA OFFICE OF ACQ GRANT SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 16, 2023 10:57 am CDT
  • Original Response Date: May 23, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: B504 - SPECIAL STUDIES/ANALYSIS- CHEMICAL/BIOLOGICAL
  • NAICS Code:
    • 621511 - Medical Laboratories
  • Place of Performance:
    Jefferson , AR 72079
    USA
Description

MARKET RESEARCH PURPOSES ONLY



NOT A REQUEST FOR PROPOSAL OR SOLICITATION



The U.S. Food and Drug Administration (FDA) is conducting market research to support the National Center for Toxicological Research (NCTR), Jefferson, AR requires quantitative proteomics measurement for 100 human COVID-19 plasma samples.



The FDA is seeking small business sources to determine the availability and capability of small business providers for the items described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort.



The associated North American Industry Classification System (NAICS) Code is-621511- Medical Laboratories; Small Business Size Standard is $41.5 million.



STATEMENT OF WORK



The U.S. Food and Drug Administration’s (FDA) National Center for Toxicological Research (NCTR), Jefferson, AR requires quantitative proteomics measurement for 100 human COVID-19 plasma samples. Minimum performance/technical requirements:




  • The analysis service shall be performed using multiplex immunoassays based on dual antibody recognition.

  • The analysis shall be specific to human samples.

  • Targeted proteins shall be involved in multiple biological processes of cardiometabolic disease, inflammation, oncology, and neurology, including but not limited to angiogenesis, blood vessel morphogenesis, catabolic process, chemotaxis, inflammatory response, MAPK cascade, proteolysis, cell adhesion, cell communication, development process, transport, tumor immunity, vascular and tissue remodeling, etc.

  • The analysis shall be highly sensitive, specific, and reproducible for measurement of blood proteins in a high throughput fashion.

  • Proteomics analysis shall be multiplex immunoassay that is capable of quantifying >2900 proteins in less than 10 microliters per sample across 100 plasma samples simultaneously in 96-well plates with 384-plex capabilities.

  • Proteomics analysis shall couple an antibody-based immunoassay with the powerful properties of next generation sequencing (NGS) for a greater specificity.

  • Proteomics analysis shall be able to achieve a high level of multiplexing while maintaining exceptional data quality.

  • Proteomics analysis shall provide sensitivity that spans from femtogram to microgram levels of the proteins and average intra-assay coefficient of variation (CV) of
  • Proteomics analysis shall not show cross-reactivity due to unspecific binding of antibodies or must be able to exclude any antibody cross-reactivity that may occur during the multiplexed assay from the detection process.

  • Proteomics analysis shall be able to analyze human plasma samples using human-specific protein panels, including proteins related to cardio metabolism, inflammation, oncology, and neurology.

  • Data provided shall be normalized using specific internal controls added to each sample to reduce intra- and inter-assay variability, and all data will be provided to NCTR in a Microsoft Excel spreadsheet.

  • Remainder of the plasma samples shall be shipped back to NCTR.



The plasma samples of 80 uL each will be shipped by September 30, 2023. Upon receipt of samples, the contractor shall perform the required proteomics analysis which shall be delivered within 60 calendar days from receipt of the government provided human plasma samples. All data will be provided to NCTR in a Microsoft Excel spreadsheet via email or an internet site for downloading. The service company does not own the data (i.e., intellectual property). NCTR/FDA is the owner of the data.



Confidentiality and Nondisclosure of Information. Any information provided to the contractor (and/or any subcontractor) by FDA or collected by the contractor on behalf of FDA shall be used only for the purpose of carrying out the provisions of this contract and shall not be disclosed or made known in any manner to any persons or entity except as may be necessary in the performance of the contract. The Contractor assumes responsibility for protection of the confidentiality of Government records and shall ensure that all work performed by its employees and subcontractors shall be under the supervision of the Contractor. Each Contractor employee or any of its subcontractors to whom any FDA records may be made available or disclosed shall be notified in writing by the Contractor that information disclosed to such employee or subcontractor can be used only for that purpose and to the extent authorized herein. The information shall not be disclosed to any other entity without prior FDA approval.



Sanitization of Government Files and Information. As part of contract closeout and at expiration of the contract, the Contractor (and/or any subcontractor) shall provide all required documentation to the TPOC/COR to certify that, at the government’s direction, all electronic and paper records are appropriately disposed of and all devices and media are sanitized in accordance with NIST SP 800-88, Guidelines for Media Sanitization and FDA IS2P Appendix T: Sanitization of Computer-Related Storage Media.



The confidentiality, integrity, and availability of such information shall be protected in accordance with HHS and FDA policies. Unauthorized disclosure of information will be subject to the HHS/FDA sanction policies and/or governed by the following laws and regulations:



a. 18 U.S.C. 641 (Criminal Code: Public Money, Property or Records);



b. 18 U.S.C. 1905 (Criminal Code: Disclosure of Confidential Information); and



c. 44 U.S.C. Chapter 35, Subchapter I (Paperwork Reduction Act).



Shipping Destinations:



U.S. Food and Drug Administration



3900 NCTR Rd.



Jefferson, AR 72079



POC: to be provided at award.



FOB Point Destination. All items shall include shipping, handling and delivery to the destination identified herein.



The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following:




  • Business name, SAM Unique Entity ID number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm);

  • Sufficient descriptive literature that unequivocally demonstrates that offered products and services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, ISO certifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement.

  • Past performance information within the last three years in which the offeror has provided same or substantially similar solutions and used for same or near-same applications for quantitative proteomics measurement for human plasma samples as set forth herein. For each past performance reference include the date of sale, description, dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include SAM Unique Entity ID number and size status) if not the respondent.

  • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. Detailed list of items included and not included on the GSA contract to meet this requirement.

  • If applicable, identification of Best in Class (BIC) contract information or other Government-wide or HHS-wide contracts that the equipment/service is available on.

  • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment.

  • If a large business, identify the subcontracting opportunities that would exist for small business concerns;

  • Standard commercial warranty and payment terms;

  • Provide place of product manufacture or service performance and any other applicable information to enable review and analysis to place of performance. Provide (1) the place of performance for the services that process Americans’ plasma samples, genome or exome data (stored or transmitted electronically), to include a specification of whether that processing will occur through or in any foreign country or entity, (2) whether the plasma samples, genome or exome will be provided to any other country or entity, or (3) whether any information technology capabilities used to receive, process, or respond to this contract, to include but not limited to servers, data storage, cloud storage, or analytics tools, are located in any foreign country or entity; and

  • Though this is not a request for quote, informational pricing is required.



The government is not responsible for locating or securing any information, not identified in the response.



The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation.



Interested Parties shall respond with capability statements which are due by email to the point of contact listed below on or before May 23, 2023 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov. Reference NCTR-2023-118307.



Notice of Intent



Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures.



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 sam.gov. 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
Contact Information
Contracting Office Address
  • 4041 Powder Mill Road 4th Floor
  • Beltsville , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 16, 2023 10:57 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >