SOURCES SOUGHT
Q -- Testing of compounds for inhibition of LATS1 and related kinases
- Notice Date
- 2/19/2020 1:15:31 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75N95020Q00046
- Response Due
- 2/29/2020 9:00:00 AM
- Archive Date
- 03/15/2020
- Point of Contact
- Hunter Tjugum, Phone: 3018275304
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Description
- INTRODUCTION This is a Small Business Sources Sought (SBSS) notice. This is NOT a solicitation for proposals, proposal 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; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses 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 and type of qualified Small Business companies technically capable of meeting this potential government requirement and to determine the method of acquisition. It is not to be 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. �The notice is strictly for research and information purposes only.� The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government�s potential requirement. �All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 541380 � �Testing Laboratories� with associated small business size standard of 15 Million USD.� � BACKGROUND 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 translational science center that prides itself on its tremendously productive pipeline and is innovative in a number of ways. NCATS brings together a diverse range of scientists, including medicinal chemists, biologists, toxicologists, and engineers, in order to ultimately translate basic science into real products and services that help improve people�s lives. Included in this process is the development of unique small molecules as potential anticancer agents. The kinase enzymes LATS1 and LATS2 are part of the Hippo signaling pathway, which is involved in a variety of biological processes, including tumor suppression. �Emerging evidence suggests that inhibitors of LATS1 or LATS2 could be useful as treatments for a variety of cancers, and could also be used in regenerative medicine (wound healing, nerve regeneration, etc.). �No selective inhibitors of LATS1 or LATS2 have yet been reported in the literature. �Small molecules that selectively inhibited these kinases would thus be useful as tools for interrogating the biological roles of LATS1 and LATS2, and as leads for drug development. NCATS has previously profiled the activity of ~60 known preclinical and clinical small molecule kinase inhibitors against a panel of >350 kinase enzymes. �From that profiling, NCATS has identified AT-7867, a compound that was initially reported as an inhibitor of AKT1 kinase (also known as PKB kinase), but which also potently inhibits LATS1 and LATS2. �AT-7867 may thus prove useful as a starting point for the development of novel LATS1 and LATS2 inhibitors. �Structural modifications of AT-7867 will be performed, with the aim of improving the potency of LATS1 and LATS2 inhibition, and decreasing the potency of AKT1 inhibition. �In this way, the chemical series embodied by AT-7867 could be repurposed toward the goal of developing novel, selective inhibitors of LATS1 and LATS2. � AT-7867 was previously tested for activity against LATS1, LATS2, AKT1, and other relevant kinase enzymes using Kinase HotSpot assay technology performed by Reaction Biology Corporation, located at 245 Amity Road, Woodbridge, CT. This vendor prepared three initial sets of analogs and were tested using Kinase HotSpot assay technology. To ensure consistency in the data, the current set of compounds should also be tested using Kinase HotSpot assay technology. � Purpose and Objectives This Small Business Sources Sought notice seeks to determine eligible sources capable of achieving the essential features of this potential requirement. The purpose of this potential requirement is to obtain results for the following types of testing: 1. Initial testing of 120 novel small molecule compounds for inhibition of the kinase enzymes LATS1 and two related kinases. This testing will inform on kinase inhibitory activity in a compound series that originates from a known AKT1 inhibitor and related scaffolds Project Requirements� This Small Business Sources Sought notice seeks responses from qualified sources that are capable of providing the following salient service requirements of this potential government requirement deemed as the essential features needing to be achieved. Specifically, Offerors to this Small Business Sources Sought notice shall possess the capability to provide the following types of testing as essential requirements: 1. Perform experiments using the Kinase HotSpot assay platform testing each of 120 small molecule compounds for inhibitory activity against LATS1, LATS2, and PKB (AKT1). 2. Provide a comprehensive report with the results of the 10-dose IC50 titrations of each of compounds against LATS1, LATS2, and PKB (AKT1) 3. Contractor will offer testing using the Kinase HotSpot assay platform against the kinase enzymes LATS1, LATS2, and PKB (AKT1). 4. Contractor will have access to all critical instrumentation necessary for this statement of work. Offerors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government essential features identified in this notice and provide documented evidence to be able to fully achieve the characteristicis of the subject requirement described herein.� Period of Performance / Contract Type�� � The contractor is expected to deliver results within three (3) months of receiving material from the Government to analyze. The Government will send the contractor the material to synthesize after the effective date of contract award. The period of performance will be 18 months.� A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is March 30, 2020. Delivery/Warranty A comprehensive report with the results of the data analysis will be required. Contractor will provide monthly updates on the progress of the project, or more often as appropriate. Offerors must indicate an estimated delivery time in full after receipt of an order and any other warranty considerations applicable. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852.� CAPABILITY STATEMENTS/INFORMATION SOUGHT� Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide clear and convincing evidence of possessing the knowedge, skills, abilities and experience to successfully perform the requirements described in this announcement. Detailed prior experience in implementing similar requirements to the requirement described in this announcement must be clearly delineated in any response provided. Technical experience can include, but is not limited to: Experience (> 5 years) in the testing of small molecule compounds for kinase inhibitory activity using the Kinase HotSpot assay platform; Access to all critical instrumentation necessary for this statement of work; Testing the aforementioned compounds in all the assays described above in <3 months� time. �Respondents must provide clear and convincing documentation of their capability in providing analytical quality control and any other requirements and services specified in this notice. Respondents must provide a general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. The Respondent must also provide information in sufficient detail of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, or other related information. The respondent must also provide their �DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The response is limited to ten (10) pages. The 10-page limit does not include the cover page, executive summary, CV�s or references, if requested. The information submitted must be must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required.� The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. �Facsimile responses are NOT accepted. Respondents must reference the announcement number on all correspondence related to this Small Business Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at hunter.tjugum@nih.gov, and be received prior to the closing date specified in this announcement. � CONCLUDING STATEMENTS Disclaimer and Important Notes. 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 Federal Business Opportunities. 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). �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f7aa8051f98c4403abf71804f17ce424/view)
- Record
- SN05566027-F 20200221/200219230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |