Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2003 FBO #0632
SOLICITATION NOTICE

B -- Affymetrix GeneChip Processing Services

Notice Date
8/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-03-10710
 
Response Due
9/8/2003
 
Archive Date
10/8/2003
 
Point of Contact
JENNIFER B. HILL, Contract Specialist, Phone: 919-541-3083, E-Mail: hill.jennifer@epa.gov; LENORA HILLIARD, Placement Contracting Officer, Phone: 919-541-4392, E-Mail: hilliard.lenora@epa.gov
 
E-Mail Address
Email your questions to JENNIFER B. HILL
(hill.jennifer@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is PR-NC-03-10710, and the solicitation is being issued as a 100% small business set-aside competition Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $6.0 million to qualify as a small business, is applicable. A firm, fixed-price, performance-based contract is anticipated to result from the award of this solicitation. This procurement is for Affymetrix GeneChip Processing services. The period of performance will be from date of award through August 31, 2004 with two 12 month option periods. The option periods will be exercised at the option of the Government. The Contractor providing GeneChip Processing Services must utilize Affymetrix hardware, computer software, and GeneChips to accomplish the statement of work. The Contractor shall process four types of samples of primarily human, mouse or rat origin: 1) total RNA, 2) cRNA probe, 3) fragmented cRNA probe, or 4) genomic DNA. Samples shall be analyzed for either RNA gene expression, DNA genotyping, or DNA resequencing using Affymetrix GeneChip technology. The Government will specify the Affymetrix GeneChip to be utilized for each sample analysis. The specified Affymetrix GeneChips must be available from the contractor at the option of the Government. In some cases, GeneChips may be provided by the Government. Specific Affymetrix GeneChips are detailed below and in the schedule of items. As new GeneChips become available from Affymetrix, the contractor shall provide at the Government's request. The Contractor shall be an approved Affymetrix service provider. EPA will provide samples at a minimum of 2 samples and a maximum of 100 samples per batch. Samples within a batch will be of similar type and processed in identical fashion. Each batch of samples shall be processed and data submitted to EPA within 30 days of receipt of samples. The Government will order a minimum of 322 samples and a maximum of 1000 samples during the base period. The Government may extend the period of performance for two additional years and order a minimum of 100 samples and a maximum of 1000 samples for each option period. Processing of each sample may include a range of options, as specified below and as line items in the attached schedule of items. Thus any combination of service options may be ordered and applied to each sample. These options will be exercised at the discretion of the Government. The Contractor shall provide Bioinformatics services, including an experimental design consultation (telephone call or face-to-face meeting) between appropriate EPA staff and Contractor staff, statistical comparisons for replicate experiments and multiple experimental groups, and a consultation between EPA staff and Contractor staff at the finish of each batch of samples to discuss study design and outcomes. Statistical comparisons will include, but not be limited to, using two-sided t-tests to compare the mean of the transformed signal values of all replicates, calculate fold change values as well as adjusted fold change values taking into account transcripts with low signal values not detected in all samples. For quality assurance purposes, the Contractor shall use the Affymetrix GeneChip (GCS) 3000 to ensure quality assurance with the data sets which will be produced by EPA using the GCS 3000. The Contractor shall demonstrate the capability to generate quality data using the Rat 230A or B, Mouse 430 A or B, or Human U133 A or B arrays and the GCS 3000 scanner. In addition, the Contractor shall provide optional quality control steps in processing the RNA or DNA samples as required by the needs of a particular set of samples. These steps will include test of fragmented probe using the Agilent BioAnalyzer, and test of probe using Affymetrix test chips. The Contractor shall provide a summary and details of a quality assurance management plan for review and approval by the EPA QA manager prior to award. This QA plan must include detailed standard operating procedures for the entire sample and data handling processes. Clear progress and definite plans to achieve Good Laboratory Practices (GLP) compliance are required. For sample security, the Contractor is required to maintain a minimum of two -80deg Celsius freezers for sample storage, attached to telephone emergency-notification systems (an industry standard). For electronic data security, the contractor must include the use of Government approved/audited (e.g., NIH, CDC) computer storage systems to safeguard confidential or proprietary data. The Contractor shall provide per sample pricing for various steps in the analyses, with separate pricing listed for the various elements of services. Performance will be closely coordinated with EPA staff throughout the process. This coordination will be facilitated through quarterly face to face meetings between contractor staff, EPA Scientists and other EPA staff as appropriate, beginning upon award of the contract. At these meetings, the following issues will be discussed: Affymetrix GeneChip processing services; Optional quality assurance tests of the fragmented cRNA probe using the Agilent BioAnalyzer and Affymetrix Test 3 chip; Other quality control/quality assurance issues; Study design and bioinformatics. The Contractor shall have the capacity to handle up to 1000 individual RNA or DNA samples in the base period of performance, and provide optional service combinations for each sample as needed. The Contractor shall provide for option year services and processing up to 1000 RNA or DNA samples per year. The EPA will provide the samples as either 1) total RNA, 2) cRNA probe, 3) fragmented cRNA probe, or 4) genomic DNA, and specify the services required (some combination of items 1 to 17 above for each sample). EPA may also provide the relevant GeneChips. EPA Contracting Officer's Representatives (CORs) will coordinate work flow and performance throughout the process. The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items; 52.212-2, Evaluation--Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (i) TECHNICAL CAPABILITIES CRITERIA: 1) Demonstrate capacity to handle up to 1000 individual RNA samples in a 12 month period to include details of the training, expertise, and availability of personnel to provide services for this requirement. 2) Demonstrate technical approach to accomplish delineated tasks in the Statement of Work. 3) Demonstrate adequacy of the Quality Assurance Management Plan; (ii) PAST PERFORMANCE - Submit a list of 3 customers for whom sample analysis have been performed within the past 2 years. Include specific points of contact and phone numbers. Past Performance will be evaluated on 1) quality of service; 2) timeliness of performance (ability of adhere to deadlines); 3) relevance of service history to what EPA requires; and 4) overall customer satisfaction; and (iii) PRICE. Price will be evaluated inclusive of options. Award will be made to the responsible offeror whose offer is determined the best value to the Government, price and other factors considered. The evaluation criteria are listed in descending order of importance. Technical capabilities and past performance, when combined, are significantly more important than price. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications--Commercial Items. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items; 52.246-11, Higher-Level Quality Assurance; 1552.209-71, Organizational Conflict of Interest; 1552.209-73, Notification of Conflict of Interest Regarding Personnel; 1552.217-77, Option to Extend the Term of the Contract--Fixed Price; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items and the following additional FAR clauses which are cited in Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer. Completed Representations and Certifications should be included with the price proposal. All technical questions are to be forwarded via email to the Contract Specialist at the following email address: hill.jennifer@epa.gov no later than August 28,2003. Offerors should review the complete Performance Work Statement, Schedule of Items, applicable Performance-based documents, and other information posted with this Request for Proposal on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Scroll down to the REQUEST FOR PROPOSAL section and click on the solicitation. COMMERCIAL BUY CLAUSES are provided for your convenience. Please submit four copies of the technical proposal and two copies of the price proposal to Jennifer B. Hill, Contract Specialist, U.S. Environmental Protection Agency, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27711. Courier delivery address is U.S. Environmental Protection Agency, Attn: Jennifer B. Hill, RTP Procurement Operations Division (D143-01), 4930 Page Road, Durham, NC 27703. All offers are due by September 8, 2003, 12:00 p.m., EDT. No telephonic or faxed requests will be honored.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00409128-W 20030823/030821214215 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.