NINDS NOI 23-009923

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

Contact Points

Primary Contract Specialist

ELAINE
ESTRELLA
ESTRELLAEK@MAIL.NIH.GOV
NAICS Code Number
325413
In-Vitro Diagnostic Substance Manufacturing
Small Business Size Standard
1250
FPDS Classification Code
Q301
Estimated Period of Performance
06/28/2023 - 09/30/2023
Delivery of Goods
BLDG 35 RM 3A213
Set-Aside Status
Not Set Aside
Competition Status
Brand Name or Equal
Brand Name
EUROFINS
Rationale/ Salient Characteristics
contractor running the assay must performs high throughput screens - screens lead compound at 168 different G-protein coupled receptors and 3 weeks turnaround after running assay.
Background/Description of Requirement

The National Institute of Neurological Disorders and Stroke (NINDS) researches need to assess the global selectivity of our lead D2 dopamine receptor antagonists candidates. Modifying the parent compound to improve certain pharmacological characteristics could potentially also decrease selectivity. We need to know if our new lead candidates are extremely selective for the D2 dopamine receptor which would reduce potential off-target side effects compared to currently available antipsychotic medications. As such, we are developing a new antipsychotic medication with the goal that it will be just as efficacious as current treatments but without the vast number of side effects. To accomplish this, the government requires gpcrMAX panel in agonist and antagonist modalities that will run 168 G protein-coupled receptors at one concentration in duplicate. This will provide us with information on the selectivity of our leads at a broad array of receptors and predict if there will be off-target side effects. The expected deliverable would produce high throughput capacity and results provided in 3 weeks or less.

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.