Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2007 FBO #2049
SOLICITATION NOTICE

Q -- GENOME-WIDE ASSOCIATION STUDY

Notice Date
7/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NIH-NIDDK-07-194
 
Response Due
7/19/2007
 
Archive Date
8/3/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-07-194 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-17. The North American Industry Classification (NAICS) Code is 541380 and the business size standard is $6.5M. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. It is the intent of the National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) to procure a Genome-Wide Association Study from Translational Genomics Research, 445 N 5th Street, Suite 600, Phoenix, AZ 85004. The Contractor shall provide genotyping for the Phoenix Epidemiology and Clinical Research Branch, NIDDK. Since 1965, members of the Gila River Indian Community have participated in a longitudinal diabetes study. The biennial research examinations are conducted at the NIH Clinic in the Gila River Indian Community. These examinations include testing for diabetes and its complications. DNA has been collected from peripheral blood samples in most participants in the last 20 years. Previous analyses of family data, including a genome-wide linkage study, indicate a strong familial aggregation of diabetes in this community and the presumptive chromosomal locations of one or more diabetes-?susceptibility genes. Current technology now allows for much denser mapping of single nucleotide polymorphisms (SNPs) covering the entire genome than has been possible previously. Scope of work is to Genotype DNA samples, to be provided by NIH from approximately 380 participants in the Gila River Indian Community study. Genotyping should include approximately one million SNPs covering the entire human genome. Data will be provided to NlH in a computer-readable format. The NIH will provide samples of DNA extracted from peripheral blood lymphocytes or cultured cells from study participants. The Contractor shall propose the quantity of DNA required per sample, as well as any specialized purification requirements. The Contractor shall propose the method for genotyping, including quality control measures, for approval by the NIH. The Contractor will provide the NIH with a computer-readable data set containing genotype results for each SNP typed, identified by each individual DNA sample submitted. The Contractor shall specify, for NIH approval, the data base program or format for data transfer. It is anticipated that all genotyping will be performed in one batch and that all results will be reported together. Items to be reported are: 1. Electronic data base containing genotyping results from all samples. 2. Report of internal quality control results. Translational Genomics Research Institute has performed similar work and this is a continuation of that work. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors ? Commercial; 2) FAR Clause 52.212-2, Evaluation ? Commercial Items. As stated in FAR Clause 52.212-2 (a), ?The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.? The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders ? Commercial Items, Contract Terms and Conditions ? Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer?s Name and Telephone Number, and 7. Program Manager?s Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis. The quotation must reference ?Solicitation number? NIH-NIDDK-07-194. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 774B, Bethesda, Maryland 20817; Faxed copies will not be accepted.
 
Record
SN01335039-W 20070707/070705220454 (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.