SOLICITATION NOTICE
A -- Genetic Toxicity Testing Services for the NTP
- Notice Date
- 10/31/2012
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
- ZIP Code
- 27713
- Solicitation Number
- NIHES2013158
- Archive Date
- 11/30/2012
- Point of Contact
- Kristina K. Filardo, Phone: 919-541-0753, Velvet M Torain, Phone: 919-541-0400
- E-Mail Address
-
filardok@niehs.nih.gov, torain@niehs.nih.gov
(filardok@niehs.nih.gov, torain@niehs.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institute of Environmental Health Sciences intends to solicit proposals from qualified businesses or organizations under (NAICS 541712) that have the capability to test a variable number of chemicals annually for induction of genetic changes. Approximately 25 in vivo assays may be conducted annually. The contract will also provide the government the capability to examine up to 5 chemicals for ability to induce genetic changes (e.g., chromosomal changes, DNA damage) in cultured mammalian cells. In addition to eukaryotic test systems, the contract will provide the capability to test approximately 15 chemicals per year for induction of gene mutations in bacterial tester strains. Endpoints to be assessed will include: 1) In vivo micronucleus assay (exposures may be conducted at an alternate laboratory/site or by the contractor) - The Offeror shall measure micronucleated erythrocyte, reticulocyte, and/or lymphocyte frequencies in coded bone marrow or blood samples obtained from animals, typically mice and rats, or occasionally humans exposed to a chemical(s) in an alternate laboratory/site at the Contract Laboratory. 2) In vivo comet assay – The Offeror shall quantitate DNA damage (e.g., single and double strand breaks, oxidative damage, alkali labile sites, and DNA-DNA and DNA-protein crosslinks) using the single cell gel electrophoresis (comet assay) method in tissues designated by the COR in animals, typically mice and rats, or occasionally humans exposed to a chemical(s) Combined in vivo micronucleus/comet assay - The offeror shall simultaneously measure micronucleus frequencies in erythrocytes and/or reticulocytes, and DNA damage in tissues selected by the COR, in laboratory animals (typically mice or rats) exposed to a chemical(s) at the Contract Laboratory. 4) Pig-a gene mutation assay - The offeror shall measure the frequency of X-linked Pig-a ( phosphatidylinositol glycan, Class A ) gene mutations in peripheral blood erythrocytes and reticulocytes obtained fro m animals, typically mice and rats, or occasionally humans, exposed to a chemical(s). 5) In vitro micronucleus assay - The offeror shall measure the frequency of micronucleated cells in culture, following treatment with a test article in the presence and the absence of exogenous metabolic activation. 6) In vitro comet assay - The offeror shall measure chemical-induced DNA damage in cultured cells using the single cell gel electrophoresis (comet assay) method. 7) B acterial mutagenicity assay - The offeror shall measure gene mutation frequencies (evaluated as number of mutant colonies per plate) in tester strains of Salmonella typhimurium and/or Escherichia coli following chemical exposures carried out with and without a source of exogenous metabolic activation. 8) Assay development and protocol refinement - In addition to the assays described above, as directed by the COR, the offeror shall engage in research and development activities required for assay development and refinement as pertinent technology improvements and innovations occur during the course of this contract. The Government anticipates that 1 (one) cost-plus-fixed-fee contract shall be awarded for performance of the work outlined above. The estimated period of performance is 1 (one) base year and 6 (six) one-year options, for a total of 7 (seven) possible years. The estimated release date for the RFP is November 16, 2012 and will be available through FEDBizOpps ( https://www.fbo.gov ). This notice does not obligate the Government to award a contract. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, if interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice. Note: This is NOT a small business set aside. Reference: Sources sought notice HHS-NIH-NIEHS-12-GTT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES2013158/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02921962-W 20121102/121031234159-828f7b06525c9f7290ad04e8891968cc (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 |