Contact Points
This notice of proposed contract action is posted in accordance with FAR 5.101(a)(2). A copy of the solicitation may be
obtained from the contact point.
The purpose of this acquisition is to procure one complete custom arrayed CRISPR library.
Salient characteristics:
- All RNA products are chemically synthesized and purified. No biological processes are used in production.
- All RNA products undergo electro-spray ionization-mass spectrometry analysis (ESI-MS) for species identificationand purity. ESI-MS traces are provided for each sgRNA product as part of the standard deliverable.
- gRNA molecules consist of 97-100 bases of chemically synthesized single stranded RNA optimized for the S.pyogenes Cas9 nuclease.
- gRNA molecules in this library are chemically modified on each end with 3 bases consisting of 2’OMe ribose analogs and phosphorothioate interlinkages.
- sgRNA is dried down and delivered in 384-well plates.
- sgRNA format does not require any RNA annealing prior to use.
- Chemical synthesis increases manufacturing consistency and eliminates biological variability, enabling robust analytical characterization.
- Synthetic production of RNA allows for chemical modifications which improve intra-cellular stability, increasingediting efficiency and reproducibility across a wide array of cells, including stem and primary cells
- sgRNA libraries are DNA free, resulting in a transient RNA product with no risk of DNA
- contamination of the host cell.
- chemically modified synthetic sgRNA at quantities and costs that are suitable for high throughput screening
- high throughput CRISPR sgRNA sequence design services for both custom and standard library designs that are optimized for highly efficient gene knockouts.
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.