Back to tenders & grants page
Genetics of Alzheimer's Disease and Related Dementias in Latin America
Receive Tenders like this by email

Genetics of Alzheimer's Disease and Related Dementias in Latin America

Genetics of Alzheimer's Disease and Related Dementias in Latin America has been closed on 02 Mar 2022. It no longer accepts any bids. For further information, you can contact the

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

Not available

Industry:

Business Services

Status:

Closed

Timeline

Published:

16 Feb 2022

Deadline:

02 Mar 2022

Value:

Not available

Contacts

Name:

ERIC MCKAY

Phone:

3014802406

Description

https://sam.gov/opp/031f9846d0884f8b84023e93b62af407/view

This is a Small Business Sources Sought 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.

Background:  The prevalence and incidence of dementia appears to be stable or declining in the United States, whereas Latin American countries have seen increased dementia prevalence. This places an unprecedented burden on patients, families, and health systems. The challenges prove particularly pressing for conditions with highly specific diagnostic and management demands, such as frontotemporal dementia (FTD).

Purpose and Objectives: The Multi-partner consortium to expand dementia research in Latin America (ReDLat) aims to identify the unique genetic factors that drive Alzheimer’s and Dementia (AD) and FTD presentation in Latin American countries relative to the US.

Project requirements: To achieve the National Institute on Aging’s (NIA) aim, the Contractor shall:

  • Provide standardized protocols for study implementation, volunteer recruitment, eligibility criteria, informed consent, volunteer tracking, neuropsychological testing, family history, phlebotomy, and specimen shipment across the ten clinical sites.
     
  • Coordinate collection of patient blood or DNA samples from the ten clinical research sites in Latin America. Samples will be stored at the clinical sites after collection. The Contractor will then coordinate shipment of the stored patient samples from the sites to CARD.
     
  • Monitor patient recruitment at each of the ten clinical sites and provide patient recruitment numbers to the Government in quarterly reports.
     
  • Identify case and control samples based on evidence of neurodegenerative diseases or lack thereof. A standardized diagnostic assessment shall be completed for each participant by the physician and entered directly into the REDCap database maintained by the Contractor.
     
  • Coordinate shipment of patient DNA or blood samples to NIA/CARD for genetic analyses (whole genome sequencing and array genotyping, long-read sequencing on a subset of samples).
     
  • Perform computational analyses on the raw genotyping and sequencing data for polygenic risk score (PRS), principal component analysis (PCA), case-control studies, genotype and sequence data calling, and basis quality control to ensure data quality and integrity, with consultation and oversight provided by the Government in bi-weekly virtual meetings and on an ad-hoc basis through email communications. The Government will also advise on platform-based results communication, visualization, and dissemination, once sequencing and genotyping results have been analyzed.
     

Provide the analyzed data in electronic form and associated summary reports as specified under “Reporting Requirements and Deliverables”, in order to support derived analyses and publications.
 
Anticipated period of performance: It is anticipated that a contract will be awarded containing one base year and three(3) option periods.
 
Capability statement /information sought.
Small business concerns that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.  Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Small businesses must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information.

Interested small businesses are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this notice that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.
 
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 information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.  A cover page and an executive summary may be included but is not required.
 
The response is limited to ten (10) page limit.  The 10-page limit does not include the cover page, executive summary, or references, if requested.
 
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 Contracting Officer.  Facsimile responses are NOT accepted.
 
The response must be submitted to Eric McKay, Contracting Officer, at [email protected].
 
The response must be received on or before 4:00 PM, March 2, 2022 Eastern Time.
 
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 presolicitation 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).”

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more