SOLICITATION NOTICE
B -- Treatment Related Second Cancers after Breast Cancer
- Notice Date
- 11/6/2018
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- 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
- 75N91019R00001
- Archive Date
- 12/6/2018
- Point of Contact
- David H. Romley, Phone: 2402767822
- E-Mail Address
-
david.romley@nih.gov
(david.romley@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- General Information Short Title: Treatment Related Second Cancers after Breast Cancer Document Type: Presolicitation Notice Solicitation Number: 75N91019R00001 Posted Date: 11/6/2018 Response Date: 11/21/2018 Classification Code: B - Special Studies and Analyses - Not R&D NAICS Code: 541690 - All Other Professional, Scientific and Technical Services Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E232 Bethesda, MD 20892, UNITED STATES Description The aim of the current procurement by the Radiation Epidemiology Branch (REB), Division of Cancer Epidemiology (DCEG), NCI, is to expand the scope and follow-up of Kaiser Permanente Washington (KP-WA) breast cancer survivors' cohort into the currently existing Kaiser/DCEG Breast Cancer Survivors' Cohort study (hereafter called DCEG Cohort). The existing KP-WA cohort already includes much of the required data captured over a similar time period (stage I and II invasive breast cancers diagnosed years 1990-2008, followed-up through August 2011) as the DCEG Cohort, making it an efficient and cost-effective addition to the DCEG Study, with the benefit of additional second cancer cases. The current procurement will: 1) retrieve physical radiotherapy summaries and radiation treatment plans for all exposed women with breast cancer diagnosed 1990-2008 with stage I, II or III disease, 2) expand the cohort to include stage III, and ductal carcinoma in situ (DCIS) breast cancers diagnosed from 1990-2008, 3) expand the cohort to include of stage I, II, III and DCIS breast cancers diagnosed from 2009-2016, and 4) extend the follow-up on the full cohort through 2017. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial items and will be made pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures for commercial items. The North American Industry Classification System code is 541690 and the business size standard is 1,000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The specific aims of the procurement are: Expanded cohort study: The current KP-WA cohort includes approximately 3,500 women who were diagnosed with a first primary invasive breast cancer (stage I and II) between 1990 and 2008 and who were follow-up through August 2011 for second primary cancers, vital status, and cause of death, and recurrence. This procurement will expand this cohort to include stage III and DCIS breast cancers and to include breast cancers (stage I, II, III and DCIS) diagnosed during 2009-2016. Further the procurement will expand the follow-up period of all patients through 2017. Radiotherapy study: The procurement will require KP-WA to retrieve and scan radiotherapy summaries from the medical charts for all exposed patients in the original COMBO cohort (1990-2008) plus patients with stage III breast cancer diagnosed between 1990-2008 from the expanded cohort (up to 2800 KP-WA breast cancer patients). This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 12:00 PM EST, on November 21, 2018. All responses and questions must be in writing and faxed 240-276-5401 or emailed to David Romley, Contract Specialist OR via electronic mail at david.romley@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: 75N91019R00001 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/75N91019R00001 /listing.html)
- Record
- SN05144053-W 20181108/181106230746-fe628b1b91a3a276db66f48da92c92a5 (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 |