Contact Points
Redwood City, California 94063-4604
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. Our facility works with investigators to develop and optimize their assays for screening, conduct the screens and related informatics analyses, then 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. This request is required for this facility to develop a flexible functional genomics platform that offers complementary and orthogonal CRISPR screens to NIH intramural investigators. Synethgo synthesizes state of the art clonal cell lines that follow the RNAi workflow closely. This item is needed to facilitate our RNAi screening program. This program is to provide intramural researchers with access to the equipment and expertise necessary to conduct large scale functional genomics screens.
Milestone 1a
Design and Synthesis of modified sgRNA and donor template (for knock-in projects).
Milestone 1b
Transfection and genotyping of the pool.
Milestone 2 Clonal isolation and initial genotyping
Milestone 3
Sequence validation of alleles
Level of Effort
2 vials each of two clones of edited cells at 0.5 x 10^6 cells/vial for adherent cells and 1 x 10^6 cells for suspension cells, containing the desired change as denoted above.
2 vials of Wild-Type Cells at 0.5-1 x 10^6 cells/vial.
Final project summary document.
Certificate of Analysis for the delivered cells, including mycoplasma data.
Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.