Statement of Work High-Multiplex Proteomic Platform BNOE SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS BACKGROUND Military exposures to environmental toxic elements, including the burn pit substance exposure are now recognized as a significant and previously under-appreciated medical health problem affecting thousands of active-duty military personnel and military Veterans. Researchers at the Atlanta VA submit that the eye and the brain will be among the organ systems that could be highly affected by military exposure to toxic substances both in acute intense exposure or repeated low levels exposure military operation settings. One of the researchers at the Atlanta VA has strong expertise and experience in using proteomic technology to identify biomarkers related to neurotrauma and other brain neurodegenerative diseases. The equipment to be acquired via funding from the Military Exposure Research Program (MERP) Shared Equipment Evaluation Proposal (ShEEP) award, is a high-multiplexing proteomic liquid biopsy platform. Having this equipment will allow the researchers to evaluate prolonged or repeated military exposures which can lead to overall systemic inflammatory response, and negatively impact specific organs such as the brain, visual system, and lung, kidney and heart. The equipment will have translational capacity ranging from preclinical animal studies of Military exposure to human bio samples from Veterans and other subjects that might have been subjected to military exposure. Due to the potential subtle changes of the human response proteome as detectable in blood and other biofluid samples we require a platform of ultra-high sensitivity in the sub-femtogram/mL range. Due to the expected nervous systems and systemic perturbation, we require a high multiplexing and simultaneous detection of 100-200 markers from each of these subproteome (neurobiomarker subproteome or inflammation response subproteome). Due to the scarcity of bio samples, only a very small volume of potential bio samples might be available, we require that the platform only use less than 100 uL and concurrently measuring all multiplexed markers. Due to the high multiplexing (over 100 to 200 analytes) we require the state-of-the-art DAN /RNA -seq (sequencing method to concurrently measure all multiplex analytes with high precision and reproducibility. SCOPE The vendor will provide a high-multiplexing proteomic platform with all of the salient characteristics necessary for this requirement (listed below). SALIENT CHARACTERISTICS: Ultra-high sensitivity with lowest detection limit at (zeptogram/mL, which is sub-femtogram/mL) analyte levels due to the use of combined ligation-based amplification and nucleic acid sequencing (DNA/RNAseq) technology; Compatibility with high multiplexing panel of neurobiomarkers subproteome as well as inflammatory markers subproteome with at least 100 analytes for each subproteome. These subproteomes are highly important to the detection of how the Veterans might be affected by the burn pits and other military exposure. These neurobiomarkers cover brain injury markers, neurodegeneration markers, and also neurovascular markers, while the inflammatory panel covers 12 different pathways of cytokine and chemokine responses, acute phase response and autoimmune responses. The use the DNA or RNA-Seq sequencing technology with the desired high throughput platform allowing for simultaneously quantification from 120-200 analytes all at the same time and a total time from sample loading to results time of < 24 hours. Due to the DNA or RNA-seq and amplification technology the system must require minimum sample volume (40-80 µL) VENDOR/CONTRACTOR REQUIREMENTS The vendor/contractor shall ensure equipment specifications are listed in section 8.0 under salient characteristics. TASKS The contractor shall complete the delivery of all equipment items ordered in this requirement. DELIVERABLES The vendor/contractor agrees to the following deliverable dates: Deliver all equipment 60 days post award. PERIOD OF PERFORMANCE $ COSTING See Table Below. PLACE OF PERFORMANCE Equipment will be housed at the Atlanta VA Healthcare System, Room 4A-183. CLASSIFICATION/SECURITY Security clearance is not required. Vendor will not install, upgrade or access VA systems or VA patient sensitive information. The System is not integrated with the VA IT. This equipment will have a stand-alone computer for operations use only but will not have or require Ethernet connection to operate and will not be connected to VA IT, VA internet or VA intranet. Item No. Part Number Description Qty Unit Unit Price Total Price BASE BID 1 HT System 1 EA 2 Instrument White Glove 1 EA 3 On-Site Training NULISA (2 Day) 1 EA 4 Installation 1 EA 5 Warranty 1 EA 6 Service Plan 1 EA 7 NULISAseq Inflammation Panel 250 6 EA 8 NULISAseq CNS Disease 6 EA SUBTOTAL SHIPPING Must be included in the cost. TOTAL COST ALL INTERESTED PARTIES MUST ALSO HAVE AN ACTIVE REGISTRATION IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE. TO REGISTER, PLEASE VISIT WWW.SAM.GOV. Responses to this notice shall include: Company Name Address Point of Contact Phone Number Email Address UEI Number CAGE Code Tax ID Number ** Note: In accordance with the U.S. Supreme Court decision regarding Kingdomware, service-disabled veteran owned (SDVOSB) and veteran owned (VOSB), who are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services shall be verified in Vetcert. Process in 38 U.S.C. 8127(d) whereby a contracting officer of the Department shall award contracts on the basis of competition restricted to small business concerns owned and controlled by veterans, if the contracting officer has a reasonable expectation that two or more small business concerns owned and controlled by veterans will submit offers, and that the award can be made at a fair and reasonable price that offers the best value to the United States. For purposes of this VA specific rule, a service-disabled veteran-owned small business (SDVOSB) or a veteran-owned small business (VOSB), must meet the eligibility requirements in 38 U.S.C. 8127(e), (f) and VAAR subpart 819.7003 and be listed as verified in Vetcert. Please provide answers to all questions below regarding your firm s Socio-Economic status pursuant to North American Industrial Classification Code (NAICS) 334516: 1. Is your business a small business under NAICS 334516? YES ______ NO ______ 2. Is your firm a Veteran-Owned Small Business? YES ______ NO ______ 3. Is your firm a Service-Disabled Veteran-Owned Small Business? YES ______ NO ______ 4. Is you firm a certified HUB Zone firm? YES ______ NO ______ 5. Is your firm a Woman Owned business? YES ______ NO ______ 6. Is your firm a Large Business? YES ______ NO ______ 7. Do you have a GSA/FSS schedule for these items? YES______ NO______ Schedule Number: ___________________ Expiration Date: _____________________ Please provide a capability statement as well as any relevant literature addressing your organization s ability to supply the required items. Also, please include a point of contact name, phone number and email address. Note: Questions regarding this notice should be addressed to Mae McGarry via email only. NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS REQUIREMENT. Please submit all responses to this notice via e-mail to: Mae McGarry Contract Specialist Mae.McGarry@va.gov Responses to this Sources Sought Notice are required by no later than Wednesday, June 18th, 2025 at 12:00 pm EST. If you are interested in submitting a response to this posting, please ensure to submit a Brochure/Specification Sheet for the product offered as well as a letter of authorization.