Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2025 SAM #8651
SPECIAL NOTICE

B -- RNA sequencing and data processing of nasal epithelium samples from never-smoking women in Guatemala

Notice Date
8/1/2025 11:24:26 AM
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NIH NCI Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
25-021812
 
Response Due
8/16/2025 1:00:00 PM
 
Archive Date
08/31/2025
 
Point of Contact
Rachel Turk
 
E-Mail Address
rachel.turk@nih.gov
(rachel.turk@nih.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a notice of intent, not a request for a quotation. A solicitation document will not be issued, and quotations are not being requested. The National Cancer Institute (NCI) intends to award a firm-fixed price purchase order to the Trustees of Boston University (UEI FBYMGMHW4X95) on a sole source basis for RNA sequencing and data processing of nasal epithelium samples from never-smoking women in Guatemala. The anticipated award date is August 31, 2025. Boston University developed a protocol to noninvasively collect and preserve samples from the nasal airways and mouth, has successfully analyzed whole genome mRNA expression array in these types of samples, and has shown that mRNA expression patterns in these types of tissue are similar to what is observed in lung tissue. Boston University is at the forefront of this field and has numerous publications evaluating the associations between gene expression and pulmonary effects using nasal swabs as surrogate tissue. Boston University has applied this methodology for the NCI to the analysis of nasal swabs collected from populations exposed to other air exposures that affect the lung, including tobacco, diesel exhaust, coal combustion. It is critical that samples from this smoky wood study are analyzed in the same laboratory to ensure scientific comparability of the results from previous contracts NCI has to this laboratory (Boston University) that analyzed diesel exhaust, coal combustion, nano particles, and e-waste (Contract #s HHSN261201700630P, HHSN261201300432P, 75N91022P00843). Importantly, these studies of different chemical exposures using the same mRNA expression and laboratory provide an opportunity to compare patterns of mRNA expression in this study of smoky wood with findings from other mRNA studies of other air pollution sources and constituents (diesel engine exhaust, Drizik E, et al. 2020; smoky coal combustion, Wang TW et al. 2015) that the Government is conducting in parallel in collaboration with the same researchers from Boston University. Finally, under the previous contract (75N91024P00682), Boston University extracted RNA from 50 samples and sequenced 16 of them at their laboratory. The contract will cover sequencing of an additional 13 samples and data analysis combining data from these samples and the 16 previously analyzed samples. The 13 samples to be analyzed have partially degraded RNA that come from nasal turbinate samples obtained by a protocol BU designed. Analysis requires specialized expertise that BU has and must be used to analyze these 13 highly challenging partially degraded samples in order for the Government to obtain data that is scientifically comparable to the data BU provided from the 16 samples funded by the previous contract. It is important to note that if this work is conducted by a different laboratory, the resulting data may not be compatible for integration with the previously generated dataset, which would limit the Government�s ability to combine the data and reduce the overall research power. This acquisition is being conducted using the policies outlined in Federal Acquisition Regulation (FAR) Part 13 � Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), for purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstance of the contract action deem only one source reasonably available. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. All responsible sources may submit a response which, if timely received, will be considered by NCI. Interested parties may identify their interest and capabilities in response to this posting via email to Rachel Turk at rachel.turk@nih.gov by August 16, 2025 at 4:00 pm ET. Please include 25-021812 in the subject line of the email. The determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may or may not be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2eaa599d9cd463491da830147408819/view)
 
Record
SN07533158-F 20250803/250801230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.