Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2016 FBO #5291
SOURCES SOUGHT

Q -- RFI: Biospecimen Processing and Storage - BCR RFI - RFI Business Proposal Instructions - RFI Task Order SOW - RFI List of Deliverables

Notice Date
5/17/2016
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
HHS-NIH-NCI-RFI-PCPSB-65002-45
 
Archive Date
6/16/2016
 
Point of Contact
Miguel Diaz, Phone: 2042765439
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
RFI List of Deliverables RFI Task Order SOW RFI Business Proposal Instructions BCR RFI Request for Information (RFI): Biospecimen Processing and Storage Notice Number: HHS-NIH-NCI-RFI-PCPSB-65002-45 Key Dates: Response Due Date: no later than 3PM Eastern Time on June 1, 2016. Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) General Information: This Request for Information (RFI) is intended to provide source material for a Biospecimen Core Resource (BCR) to support various cancer genomics studies. The BCR consists of three components: Biospecimen Processing Center (BPC), Clinical Data Center (CDC), and the Center for Cancer Genomics (CCG) Biorepository and Archive (CBA). A major prerequisite of the genomics studies supported by the CCG is the acquisition of high quality biospecimens. To meet this need, NCI maintains relations with clinical sites and projects providing high quality, clinically annotated biospecimens to a centralized quality control and processing facility. This RFI should not be construed as a solicitation or as an obligation on the part of the Federal Government, the National Institutes of Health (NIH), and the National Cancer Institute (NCI). The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. This RFI is issued for the purpose of providing source material to assist in formulating a procurement strategy for a prospective solicitation from the National Cancer Institute. Purpose: The responses to this RFI may guide the NCI in awarding future contracts at an undetermined time. There is no solicitation available at this time; no basis for claims against NCI shall arise as a result of this RFI, responses thereto or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. This notice is for market research only to make decisions regarding the contract type best suited to provide biospecimen processing and storage for the NCI CCG. The NCI is specifically interested in determining whether a fixed price type contract utilizing fixed unit prices for services is possible for the tasks outlined below. NAICS Code and Size Standard: In the event a Request for Proposal (RFP) is issued, Task Area A is assigned North American Industry Classification System (NAICS) code 541380 - Testing Laboratories which has a size standard of $15,000,000. Task Area B is assigned NAICS code 493120 - Refrigerated Warehouse and Storage which has a size standard of $27,500,000 are being considered. The majority of the work is estimated to be under NAICS 541380. Background: The Center for Cancer Genomics (CCG) conducts genomics studies on biospecimens from patients in clinical trials and from other source sites using many of the components in The Cancer Genome Atlas (TCGA) infrastructure. These components include one or more Tissue Source Site (TSS), Biospecimen Processing Center (BPC), Clinical Data Center (CDC), CCG Biorepository and Archive (CBA), Genome Characterization Center (GCC), Genomic Data Analysis Center (GDAC), and Genomic Data Commons (GDC). The CCG Biospecimen Processing Center (BPC) will support an expanding list of genomics studies. CCG Biospecimen Core Resource A major prerequisite of the genomics studies supported by CCG is the acquisition of high quality biospecimens. To meet this need, NCI maintains relations with clinical sites and projects providing high quality, clinically annotated biospecimens to a centralized quality control and processing facility. The term "high quality" refers to the histological and molecular properties of the tissue, the existence of appropriate informed consent provisions for the intended use of the biomolecules and data, collection and subsequent distribution under an Institutional Review Board (IRB) reviewed protocol, as well as unencumbered access for research use (e.g., intellectual property restrictions). For these genomics studies, the BPC contractor will be the primary biospecimen interface between CCG and the sites that provide samples. The CCG BCR will serve as the centralized tissue processing center for genomics studies. In addition, the BCR will provide analytes for one or more designated characterization center(s) and collect and standardize clinical annotations. Standard Operating Protocols (SOP) will govern sample collection, pathological examination, analytes (e.g., DNA and RNA) extractions, quality control, laboratory data collection, and analyte distribution to designated characterization center(s). The BCR will ensure that samples and sample data are received and managed under Material Transfer Agreements that represent the policies of the National Institutes of Health (NIH) for each genomics study. Anticipated tasks include: TASK AREA A - Biospecimen Processing Center (BPC) Services 1) Biospecimen and Associated Data Procurement 2) Biospecimen Management and Biorepository Operations 3) Biospecimen Quality Control 4) Biospecimen Processing into Molecular Analytes 5) Biospecimen and Analyte Distribution 6) Data Export 7) Other BPC-related Services 8) Pilot Studies 9) Transition Activities TASK AREA B - Biospecimen Processing Center 1) Biospecimen and Associated Data Receipt and Storage 2) Biospecimen Management and Biorepository Operations 3) Biospecimen and Analyte Distribution Information Requested: I. General Information - contact information, including name, institution / organization, telephone numbers, e-mail address, and website URL. II. Cost and Pricing capabilities The NCI seeks to understand whether it is feasible and practical to assign fixed prices to the aforementioned Task Areas. The fixed unit prices should include all labor, materials, ODCs, indirect costs and fee to perform the activities in each Task Area including the submission of deliverables. It is envisioned that there would be multiple fixed unit process depending on the activity. It is not necessary for one vendor to meet all of the capabilities described in the Statement of Work (SOW); however, vendors should be in the business of providing services for either Task Area A or B. Please review the attachments for specific activities in each Task Area and additional instructions. - Based on the provided SOWs and Additional Instructions, can a fixed price or fixed unit price structure be established for the required activities under each Task Area? - If fixed prices are not feasible, what cost/pricing structure or combination of cost/pricing structures is feasible for the types of activities required? III. Vendors are encouraged to comment on any aspect of the TO SOW that they think will provide clarity to the requirement whether technical or business related. IV. Would your organization be able to provide the capabilities in Task Area A or B or both? The following information pertaining to this requirement is attached to aid in determining your response to the above questions: - Task Order SOW - Business Proposal Instructions - List of Deliverables How to Submit a Response: Interested organizations should submit a response to this Request for Information, not to exceed 10 single sided pages including all attachments, charts, etc. (single space, 12 point font minimum) that clearly responds to the above questions. Brevity and structured format (such as bulleted items) are encouraged whenever applicable to aid in processing. All proprietary information should be marked as such. Responses will be held in a confidential manner. NCI will provide confirmation of response submission, but respondent will not receive individualized feedback. Due Date: Responses are due no later than 3PM Eastern Time on June 1, 2016. Number of Copies and Delivery Point: Please submit one (1) electronic copy of your response as follows to miguel.diaz@nih.gov. All questions must be emailed to Miguel Diaz, Contracting Officer, at miguel.diaz@nih.gov. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Please reference number HHS-NIH-NCI-RFI-PCPSB-65002-45 on all correspondence. Point of Contact: Inquiries concerning this Notice may be directed to: Miguel Diaz miguel.diaz@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/HHS-NIH-NCI-RFI-PCPSB-65002-45/listing.html)
 
Record
SN04119311-W 20160519/160517234651-b6d238f37bff9f17198bbe94f8efc951 (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.