75N95021Q00346

Submitted by NIDA_Section on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Stable Cell Lines for ALGS Project
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Andrew
Varley
Andrew.Varley@nih.gov

Secondary Contracting Officer

Kenneth
Goodling
kenneth.goodling@nih.gov
NAICS Code Number
325414
The purpose of this acquisition is to provide three stable cell lines for an ALGS project. Two reporters and one inducible JAG1 cell line. The inducible JAG1 stable cell line, with two orthogonal Notch reporter cell lines will allow us to probe heterotypic Notch signaling. Ultimately, three stable cell lines procured will allow NCATS to test potential therapeutics affecting the pathway.
Small Business Size Standard
1,250 employees
FPDS Classification Code
N/A
Estimated Period of Performance
9/13/2021 - 11/12/2021
Delivery of Goods
N/A
Competition Status
Non-Competitive
Vendor Name
Codex Biosolutions
Vendor Address
401 Professional Drive, Suite 160, Gaithersburg, MD, 20879
Single-Sole Source Determination
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Codex Biosolutions is the only organization that can provide the three stable cell lines for the research project. Codex has the required plasmid materials and optimized parameters for this project.

In accordance with FAR part 10, the market research was conducted to reach this determination. Specifically, reviewed the results of recent (within the past 18-months) market research undertaken to meet similar or identical requirements. Finally, a review of the GSA Advantage, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only Codex Biosolutions is capable of meeting the needs of this requirement.
Background/Description of Requirement

The National Institutes of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people’s health and save lives. The National Center for Advancing Translational Sciences (NCATS) is a translational science center that prides itself on its tremendously productive pipeline and is innovative in several ways. NCATS brings together a diverse range of scientists, including medicinal chemists, biologists, toxicologists, and engineers, in to ultimately translate basic science into real products and services that help improve people’s lives.

NCATS seeks to purchase three (3) stable cell lines for an ALGS project Two (2) reporters and one inducible JAG1 cell line. In order to generate the JAG1 inducible cell line, cloning of the WT-JAG1 into an appropriate tet-inducible plasmid is required.

Brand-name or equal Stable Cell Lines must have the following salient characteristics:

1. Generate a JAG 1 tet-inducible plasmid through molecular cloning.

2. Generate one tet-inducible JAG 1 stable cell line in Hea.

3. Generate one Notch1-luficerase HeLa stable cell line.

4. Generate one RBP-jk/Notch GFP HeLa stable cell line.

5. Each of the four (4) above requirements must proceed concurrently.

The contractor must also provide the following information electronically via email:

1. Weekly report in PDF and word format capturing the status of cloning and stable cell line selection.

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.