DESCRIPTION:
This is a SMALL BUSINESS SOURCES SOUGHT NOTICE. This is NOT a solicitation for proposals, proposal of abstracts or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses (e.g., 8(a), Veteran-owned small businesses, service-disabled Veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses); and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your response to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.
BACKGROUND INFORMATION AND OBJECTIVE:
The Neurobiology of Addiction Section goal is to understand the underlying biological mechanisms of alcohol and drugs of abuse dependence to search for better therapies for the treatment of these patients. We have specialized and complex animal models to study these disorders in parallel with samples from clinical trials of close collaborator laboratories. The ability to run these assays in clinical samples in parallel with our animal models would increase the impact and translatability of our findings.
GENERIC NAME OF SERVICE:
Proteomic Mouse Panel Analysis for the Investigation of Potential Biomarkers
SALIENT CHARACTERISTICS:
Capable vendors must demonstrate their ability to provide the following brand name or equal services:
- Must Encompass a minimum of 120 proteins.
- Must be able to target key pathways involved in inflammation, neurodegeneration and oncogenesis.
- Must be able to detect key low abundant targets such as p-tau217.
- Must cover immunology and neurology content.
- Must be able to identify potential therapeutic targets.
- Must perform ultra-high sensitivity and multiplexed analysis to support broad biomarker profiling and validation.
QUANTITY: (Brand name or equal)
- NULISAseq Mouse Panel 120 Service: No. 901044. Qty. 5
INSTRUCTIONS:
Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the requirements to the Contracting Officer. The capability statement must specifically address each of the requirements separately. All capability statements must also include the following: 1) company name and address; 2) point of contact; 3) phone/fax/email; 4) NAICS Code(s); 5) business size and status; 6) capability information in response to the requirement and qualifications identified in this notice; and 7) type of small business your organization classifies itself as (i.e.: Women-Owned, HUBZone, etc.).
Each capability statement must include the respondent’s Unique Entity Identifier number, organization name, and address. Each response should include the technical and administrative points of contact, including names, titles, addresses, telephone numbers, and e-mail addresses. The capability statement should clearly identify the size and type of business (e.g., 8(a), HubZone, Non-Profit, Other Than Small Business, etc.), pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements.
The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement paragraphs stated herein. A cover page and an executive summary may be included but is not required.
Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Shaun Rostad at Shaun.Rostad@nih.gov, NO LATER THAN 1:00 p.m. EST on August 11, 2025. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements.
THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
CONFIDENTIALITY. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).