75N95021Q00375

Submitted by NIDA_Section on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Human Genome-Wide CRISPRi Dual-sgRNA Library (10^9TU)
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Scott
Duernberger
scott.duernberger@nih.gov

Secondary Contracting Officer

Kenneth
Goodling
kgoodlin@nida.nih.gov
NAICS Code Number
541714
The purpose of this acquisition is to obtain the Human Genome-Wide CRISPRi Dual-sgRNA Library to develop a flexible functional genomics platform that offers complementary and orthogonal CRISPR screens to NIH intramural investigators. Each construct expresses two sgRNA targeting the same gene. Designed to work with deactivated spCas9 (dCas9) complexed with the KRAB repressor to inactivate or down regulate gene expression. Five CRISPRi dual-sgRNA constructs target each gene. 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 genome-wide RNAi screens in mammalian cells. This facility will work as a collaborative resource for doing RNAi assay development, screening, and initial follow up.
Small Business Size Standard
1000 Employees
FPDS Classification Code
N/A
Estimated Period of Performance
3 Weeks
Delivery of Goods
N/A
Competition Status
Non-Competitive
Vendor Name
Cellecta Inc.
Vendor Address
320 Logue Ave Mountain View, CA 94043
Single-Sole Source Determination
Only once source available:

Cellecta is the only vendor who offers studies using the CRISPRa or CRISPRi systems, cells need to express the corresponding dCas9 activator (e.g. dCas9-VPH or dCas9-VPR) or dCas9-repressor (e.g. dCas9-KRAB). (e.g. dCas9-KRAB). Acquiring this sgRNA library from Cellecta is imperative to continue high throughput screening of CRISPR libraries in the Trans-NIH RNAi facility. Cellecta is the only vendor who provides high quality and purity sgRNAs which are needed to generate excellent data. Cellecta offers state of the art sgRNA libraries that follow the RNAi workflow closely. They are able to provide these sgRNA in a dried down and 384 well plate format. The sgRNA libraries from Cellecta are chemically modified synthetic sgRNA at quantities and costs that are suitable for high throughput screening. This is the only vendor who can make these sgRNA libraries with the desired CRISPR sequences.
Background/Description of Requirement
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. Each construct expresses two sgRNA targeting the same gene. Designed to work with deactivated spCas9 (dCas9) complexed with the KRAB repressor to inactivate or down regulate gene expression. Five CRISPRi dual-sgRNA constructs target each gene. 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 genome-wide RNAi screens in mammalian cells. This facility will work as a collaborative resource for doing RNAi assay development, screening, and initial follow up.

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.