Notice of Intent - 75N95021Q00292

Submitted by NIDA_Section on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Quantitative Proteomic analysis of SARS-COV-2 infected minibrain samples by TMT-16plex and LC/MS/MS
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Shaun
Rostad
shaun.rostad@nih.gov

Secondary Contracting Officer

Joshua
Lazarus
josh.lazarus@nih.gov
NAICS Code Number
541380
Testing Laboratories
Small Business Size Standard
Annual revenues of less than $16,500,000
FPDS Classification Code
Q301 Laboratory Testing Services
Estimated Period of Performance
August 16, 2021 – September 20, 2021
Set-Aside Status
Full Set Aside
Set-Aside Type
Small Business (SB)
Competition Status
Non-Competitive
Vendor Name
Poochon Scientific, LLC
Vendor Address
5350 Partners Ct. Suite C
Frederick, MD 21703
Single-Sole Source Determination
This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) 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.
Background/Description of Requirement

PRE-SOLICITATION NOTICE OF INTENT

NON-COMPETITIVE

INTRODUCTION

PURSUANT TO FAR Subpart 5.2—Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO 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), Contracts Management Branch – Red (CMB) on behalf of the The National Institutes of Health (NIH) Therapeutics for Rare and Neglected Diseases (TRND) intends to award a sole source contract to Poochon Scientific, LLC for Quantitative Proteomic analysis of SARS-COV-2 infected minibrain samples by TMT-16plex and LC/MS/MS.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE

The intended procurement is classified under NAICS code 541380 with a Size Standard of less than $16,500,000.

REGULATORY AUTHORITY

The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2021-05.

STATUTORY AUTHORITY

This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) 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

Background Information and Objective

Central nervous system (CNS) pathological presentations have been found in around 40-80% of infected patients. Symptoms range from mild headaches to lethal encephalitis and often persist for months after initial infection. Previous studies from our lab and others have established that SARS-CoV-2 infection is sparse in neurons within 2D cell culture or 3D organoid models, however transcriptomic analysis of decease patient brains indicate that a broad transcription dysregulation occurs even in uninfected cells. This project seeks to better understand how neurons and other cells within midbrain organoids respond to SARS-CoV-2 infection even when the rate of viral replication is extremely low and therefore requires the use of a broad and sensitive method like quantitative LC/MS/MS. The insights gained from this initial study will be used to inform the development of assays that can quickly advance therapeutic treatments for CNS symptoms.

Proteomic profiling of 24 samples representing different time points after SARS-CoV-2 infection will be used to detect changes in expression of over 5,000 genes. The service includes protein lysate preparation, TMT- labeling, UHPLC fractionation, digestion, LC-MS/MS analysis, TMT quantitation, pathway analysis and associated reports

Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below and deliver a complete data package including spreadsheet of raw data as well as a complete data work-up and full report to The Therapeutic Development Branch (TDB). Specifically the Contractor shall:

1)   Prepare protein lysates from 24 orgnaoid pellet samples;

2)   Pool samples into three sets and label with three TMT-16plex labeling kits;

3)   Fractionation of labeled peptides by basic reversed phase (ultra-high performance liquid chromatography) UHPL;

4)   Conduct Nanospray LC/MS/MS analysis using a Thermo Scientific Q-Exactive hybrid Quadrupole-Orbitrap Mass Spectrometer and a Thermo Dionex UltiMate 3000 RSLCnano System;

5)   Utilize the Proteome Discoverer 1.4 software to search MS Raw data files (24 files from 24 fractions) against the human protein sequence database or other species protein sequence database;

6)   Evaluate the proteome profile for each sample using Poochon’s PROMICPATH;

7)   Complete common pathway analysis using Poochon’s PROMICPATH;

8)   Complete custom pathway analysis using Poochon’s PROMICPATH; and

9)   Provide documentation of experimental procedures, protein identification results, TMT-tag based quantification results and pathway analysis report.

Period of Performance:

The estimated period of performance shall be August 16, 2021 – September 20, 2021.

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.  An interested Offeror must be able to successfully demonstrate its capability to independently, and not as an agent of the Government perform the requirements described above.

Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities and experience of providing the service described above. Interested parties shall proved a description of experience and capability, described the proposed technical approach and include any other information or factors that may be considered.  Such factors may include: past performance; special features or equipment required for effective program performance. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, F.O.B. Point (Destination or Origin), product or catalog number(s).

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 July 23, 2021, 10:00 a.m. Eastern Time and must reference number 75N95021Q00292.

Responses must be submitted electronically to Shaun Rostad, Contract Specialist at shaun.rostad@nih.gov and must reference the solicitation number 75N95021Q00292 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.”

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.