Contact Points
Redwood City, CA 94063
Vendor:
Synthego
3696 Haven Ave, Suite A
Redwood City, CA 94063
Background/Description of Requirement:
- Statement of Need and Purpose:
The purpose of this procurement is the acquisition of Human Ubiquitin Ligases (E1, E2, E3) Standard Library.
- Background Information and Objective:
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 part of the National Institutes of Health (NIH), whose mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.
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 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.
Synthego offers state of the art sgRNA libraries 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 and follow up studies.
- Specific Requirements:
Human Ubiquitin Ligases (E1, E2, E3) Standard Library:
• All RNA products provided by Synthego 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 identification and 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, increasing editing 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.
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.