NIH-NINDS-POTS 24-009930 - Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Olink HT analysis
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Elaine
Estrella
elaine.estrella@nih.gov
NAICS Code Number
621511
Medical Laboratories
Small Business Size Standard
1,000 Employees
FPDS Classification Code
N/A
Estimated Period of Performance
07/14/2024 - 07/13/2025
Delivery of Goods
BLDG 35 RM 2A-1010
Set-Aside Status
Not Set Aside
Set-Aside Type
Small Business (SB)
Competition Status
Brand Name Only
Vendor Name
PSOMAGEN
Address
1330 Piccard Drive
Rockville, MD 20850
Single-Sole Source Determination
I hereby determine that the performance of Olink Explore HT proteomics analysis on 35 samples
from CSF listed herein is available from only one source, and competition is precluded for the
reasons indicated below. There are no substitutes available.
Background/Description of Requirement

There is currently no treatment for ALS -4 due to mutations in SETX. A prerequisite for developing treatments is to identify protein biomarkers that may be monitored in biofluids like CSF that track with disease progression and treatment response. A method for identifying proteomic biomarkers is called proteomics. Olink Explore HT  has developed a platform which can measure more than one thousand validated protein biomarkers from less than 100 uL of CSF sample. CSF from patient samples is a very precious resource , therefore it is critical that the platforms used be robust and provide the most data from a small amount of sample. It is also critical that the data be comparable to collaborators within the NIH and to leading biomarker studies worldwide, such as the UK Biobank study, both of which have used the Olink platform.

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.