Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SPECIAL NOTICE

Q -- Request for Information (RFI): Molecular Pathology Services for the Division of Cancer Epidemiology and Genetics of the National Cancer Institute

Notice Date
1/18/2017
 
Notice Type
Special Notice
 
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-ETSB-0003-72
 
Archive Date
2/14/2017
 
Point of Contact
Jame Chang, Phone: 240-276-5424, Jill Johnson, Phone: 240-276-5395
 
E-Mail Address
jame.chang@nih.gov, jill.johnson2@nih.gov
(jame.chang@nih.gov, jill.johnson2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Number: HHS-NIH-NCI-RFI-ETSB-0003-72 Key Dates: Response Due Date: No later than 10 AM EST, February 13, 2017 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) General Information: This Request for Information (RFI) is intended as market research to provide source material to formulate a procurement strategy for obtaining molecular pathology services in support of epidemiology studies aimed at understanding the etiology of cancer. 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 solicitation 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. 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. NAICS Code and Size Standard: In the event that a Request for Proposal (RFP) is issued, North American Industry Classification System (NAICS) code 541380-Testing Laboratories with a size standard of $15M is being considered.   Background: The mission of the Division of Cancer Epidemiology and Genetics (DCEG), National Cancer Institute (NCI) is to conduct multidisciplinary research to discover the genetic and environmental determinants of cancer, and new approaches to cancer prevention. In support of its mission, DCEG maintains a rich resource of tissue specimens available to enhance our understanding of the etiology of a diverse array of cancer types. Currently DCEG stores over 300,000 tissue-related specimens for over a hundred family and population-based studies. Materials included in these collections include formalin-fixed paraffin-embedded (FFPE) tissues, fresh frozen tissues, stained and unstained tissue and histology slides. Fixed tissues may be stored as cores, blocks, tissue microarrays (TMAs) and stained and unstained slides. Specimens were collected and processed using study-specific protocols and are stored in several locations, most commonly at the NCI Central Repository located in Frederick, Maryland. Tissue specimens have been collected over the past 30 years and have been stored under a variety of conditions. Anticipated molecular pathology services in support of DCEG studies may include the following items: 1.Histopathology Services: a.Histological evaluation b.Preparation of hematoxylin and eosin stained (H&E) slides c.Immunohistochemistry (IHC) d.In-situ hybridization (ISH) e.Fluorescence microscopy f.Laser Capture Microdissection (LCM) g.Tissue Microarray (TMA) construction h.Slide annotation i.Automated and/or manual scoring of slides 2.Digital scanning of slides and image analysis 3.DNA/RNA extraction using: a.Frozen tissues b.Formalin-fixed, paraffin-embedded (FFPE) tissues Information Requested: I.General Information - contact information including name, institution/organization, telephone and fax numbers and e-mail address; website URL II.Equipment, software and system capabilities The NCI seeks to understand the methodological and technologic capabilities available to be able to receive and process specimens according to the anticipated services listed above (1-3). It is not necessary for one vendor to meet all of the capabilities described; partnership between providers and other vendors with experience in the needed areas will be considered. The NCI seeks information regarding the following: 1. Would your organization be able to provide the following capabilities? ITEM SERVICE YES NO AVERAGE WEEKLY THROUGHPUT FOR THE PREVIOUS 12 MONTHS 1a Histological evaluation 1b Preparation of H&E slides 1c Immunohistochemistry 1d In-situ hybridization 1e Fluorescence microscopy 1f Laser Capture Microdissection 1g Tissue microarray (TMA) construction 1h Slide annotation 1i Automated or manual slide scoring 2 Digital scanning of slides and image analysis 3a DNA/RNA extraction from frozen tissues 3b DNA/RNA extraction from FFPE tissues 2.If you responded "no" to any of the indicators in the capabilities table above, please state whether you have an existing relationship with another entity that would be able to provide the needed expertise and if not, how you would plan to acquire such capabilities or how you would seek partners that can provide these capabilities, were you to propose on this effort. Optional questions: 3.Please identify any portion(s) of a future procurement using these services for which fixed price contracting could not be utilized and provide rationale and an alternative strategy. 4.Provide any other feedback on contract type. In particular, please suggest alternative fixed price strategies for the tasks referenced in the table above. For example, if a task could be priced on a fixed unit rate basis, please indicate that in your response.   How to Submit a Response: Interested organization 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 respondents will not receive individualized feedback. Due Date: Responses are due no later than 10 AM Eastern Standard Time on February 13, 2017. Delivery Point: Please submit an electronic copy to Mr. Jame Chang, Contract Specialist at jame.chang@nih.gov. All questions must be in writing and emailed to Jame Chang, Contract Specialist, at jame.chang@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-ETSB-0003-72 on all correspondence. Point of Contact: Inquiries concerning this Notice may be directed to: Jame Chang 9609 Medical Center Drive Bethesda, MD 20892 Jame.chang@nih.gov 1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/HHS-NIH-NCI-RFI-ETSB-0003-72/listing.html)
 
Record
SN04374303-W 20170120/170118234609-ac42d76e27da8bc65db6fb14ecc63bde (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.