Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2006 FBO #1626
SOLICITATION NOTICE

B -- Analysis of Dust and Blood Samples for MICA Study

Notice Date
5/8/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-06-10312
 
Response Due
5/24/2006
 
Archive Date
6/23/2006
 
Small Business Set-Aside
N/A
 
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-06-10312, and the solicitation is being issued as a full and open competition Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-07. The associated North American Industry Classification System (NAICS) Code 541380, which has a size standard of $10.0 million to qualify as a small business, is applicable. A firm fixed-price contract is anticipated to result from the award of this solicitation. This procurement is for the analysis of blood and dust samples for the Mechanistic Indicators of Childhood Asthma (MICA) Study. A population-based case-control study of air pollutants and asthma will be initiated in Wayne County, Michigan. This area has historically high levels of air pollutants. The recruitment goal is 150 asthmatic cases and 50 controls (9-12 year olds). These individuals will answer detailed questions on medical history, smoking in the home, diet, and residential mobility. Vacuum dust samples will be collected at the 200 residences by the participants and returned to the EPA researchers. Blood samples will be obtained at a clinical facility from these children. Analysis results from the dust and blood samples will be used to assess exposure and sensitivity to selected allergens such as dust mites, cockroach, spores and food allergies. B. Purpose and Objectives. The objective of this contract is to determine if individuals are sensitive to the following materials using immunology/antibody assays on blood samples under Task 1: 1. IgE anti-Allergen (multi-screen phadiatop); 2. IgE anti-Milk, Egg White, Fish, Wheat, Soybean, Peanut [Fx5e (food screen)]; 3. IgE anti-House Dust Mite (Derm. pteronyssinus); 4. IgE anti-House Dust Mite (Derm. farinae); 5. IgE anti-Cat; 6. IgE anti-Dog;7. IgE anti-German Cockroach; 8. IgE anti-Mouse Urine Protein; 9. IgE anti-Rat Urine Protein;10. IgE anti-Aspergillus;11. IgE anti- Cladosporium; 12. IgE anti-Alternaria; and 13. IgE anti-Penicillium. This will be done in units of kU/l by analyzing 4 ml serum samples provided by the EPA. In Task 2, the contractor shall determine whether the following materials are present in sufficient quantities in dust samples to exacerbate asthma: 1. House Dust Mite (Derm. pteronyssinus); 2. House Dust Mite (Derm. farinae); 3. Cat (Fel d 1); 4. Dog (Can f 1);5. Cockroach (Bla g 1); 6. Cockroach (Bla g11); 7. Mouse Urine Protein (Mup); 8. Rat Urine Protein (Rup); 9. Mold Spore Colony count (not speciated); and 10. Bacterial Endotoxin. This will be done by analyzing 3 grams of dust from participants homes, sieved to <150 micron, and reported in units of kU/g. By looking at similar materials in blood and dust samples, it will be possible to determine if an individual is sensitive to a potential source of asthma exacerbation and if that material is present in the home. C. Contractor Requirements. The contractor shall analyze the sieved dust samples and blood samples provided by the EPA researchers for the presence and quantity of the materials listed in Section B. The contractor shall provide the 8 ml plastic tubes and labels used in the dust analysis work. In cases where sufficient dust samples have been collected, blind duplicate samples may be submitted by the EPA researchers to the contractor for analysis to gauge the reproducibility of the sample analysis process. The EPA project officer will provide a list of samples according to the sample identifiers used in the study. The contractor shall confirm the receipt of samples by returning the enclosed Chain of Custody Form. The contractor shall provide to the EPA task officer the results of the analyses in a written report (see Deliverables Section, below). The contractor shall provide the results of all applicable information from the analysis of calibration standards and standard reference materials. The contractor shall be responsible for the disposal of all materials used in the analysis work. D. Government Responsibilities. The government researchers will be responsible for providing the measured, sieved dust samples (fraction of <150 um) in the contractor provided tubes with the contractor provided labels. Since the samples will only be identified by a code number, the EPA task officer will provide a list of samples according to the sample identifiers to designate the type of sample (dust or blood), the type of analyses to be performed, and allow the contractors to verify the number of samples. E. Deliverables. The contractor shall provide to the EPA project officer the results of the sample, calibration standards and standard reference materials analyses in both hard copy and electronic format (Excel ver. 5.0 or later, or Lotus 1-2-3 for Windows ver. 5 or later spreadsheets on a 3.5" floppy disc or CD) in a report when all laboratory analysis work and data analysis are complete. The PERIOD OF PERFORMANCE will be 36 months from date of award. 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: A. TECHNICAL CRITERIA: 1) Demonstrated ability to measure all of the allergens listed in the statement of work in both blood and house dust samples. 2) Demonstrate Clinical Laboratory Improvement Amendment (CLIA) certification; 3) Demonstrated ability to measure dust allergen levels for research studies as shown by peer-reviewed journal articles. B. PAST PERFORMANCE: Submit a list of 3 customers for whom like or similar 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 product or service; 2) timeliness of performance (ability to adhere to deadlines); and overall customer satisfaction. C. PRICE. Award will be made to the offeror whose offer is determined the most advantageous (best value) to the government, price and other factors considered. For this procurement Technical Criteria 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; 52.212-5, 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: 52.222-3 Convict Labor; 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-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires. Any applicable wage determination(s) will be made a part of the resultant contract. All technical questions are to be forwarded via email to the Contracting Officer at the following email address: hill.jennifer@epa.gov. Offerors should review the Statement of Work and other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Click on the CURRENT SOLICITATIONS section and click on the solicitation for viewing applicable documents. Near the top of the page COMMERCIAL BUY CLAUSES AND FORMS sections are provided for your convenience. Please submit two copies of the technical proposal and price proposal to Jennifer B. Hill, Contracting Officer, U.S. Environmental Protection Agency, RTP Procurement Operations Division (D143- 01), Research Triangle Park, NC 27711 if using the US Postal Service. 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 May 24, 2006, 12:00 p.m., ET. No telephonic or faxed requests will be honored.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN01044064-W 20060510/060508221040 (fbodaily.com)
 
Source
FedBizOpps 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.