|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#2167National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 B -- CRYOPRESERVATION OF WHOLE BLOOD SAMPLES SOL RFQ-NCI-80210-NV DUE
091198 POC Debbie Moore, Purchasing Agent, 301-402-4509, Todd Cole,
Contracting Officer 301-402-4509 This is a combined
synopsis/solicitation for Commercial Items, prepared in accordance with
the format in FAR 12.6, as supplemented with additional information
included in this notice. This announcement constitutes the only
solicitation and a separate written solicitation will not be issued.
This solicitation, No. RFQ-NCI-80210-NV, includes all applicable
provisions and clauses in effect through FAR FAC 97-06. The acquisition
will be made pursuant to the authority in FAR 13.6 to use simplified
procedures for commercial acquisitions. This requirement is set-aside
for small businesses. The Standard Industrial Classification Code is
8071, and the business size standard is $5.0 Million. employees.
BACKGROUND: Approximately 5% of breast cancers may be due to
inheritance of germ-line mutations in genes such as BRCA1 and BRCA2.
Individuals diagnosed with pre-menopausal and bilateral breast cancer
are more likely to carry a mutation in these genes. Determining the
proportion of cancer cases due to germ-line mutations in genes like
BRCA1/2, and unraveling the interacting effects of lower penetrance
genes and environmental factors will require large, representative
cohorts in which both genetic material and comprehensive epidemiologic
factors are collected. A national cohort of approximately 146,000
radiologic technologists currently under study by the National Cancer
Institute provides a population in which these issues may be addressed.
Detailed epidemiologic information has already been obtained (Boice
1992). Anonymous testing for mutations in BRCA1 was previously
conducted on a subset of the members using a very limited mutation
testing technique (Struewing 1996). Plans include testing for genes
that may predispose to cancer, such as BRCA1, and genes that may be
involved in DNA repair or repair of radiation damage, such as ATM and
rad51. References: Boice JD Jr, Mandel JS, Doody MM, Yoder RC, McGowan
R. A health survey of radiological technologists. Cancer 1992;
69:586-98. Struewing JP, Tarone RE, Brody LC, LiFP, Boice JD Jr. BRCA1
mutations in young women with breast cancer. Lancet 1996; 347:1493.
Because of the large size of genes such as BRCA1 and BRCA2, and the
need for a source of RNA for doing cDNA-based analyses, a renewable
source of genetic material is needed. Objectives of this project are to
collect blood samples from a subset of radiologic technologists and to
cryopreserve whole blood as a resource for future genetic studies of
cancer. GOVERNMENT RESPONSIBILITIES: The National Cancer Institute will
provide support through the University of Minnesota to enlist subject
participation, obtain informed consent, send out blood collection kits,
and coordinate blood drawings. The Government will review and approve
all of the contractor's progress and financial reports, and shall be
responsible for inspection and acceptance of cryopreserved samples.
REQUIREMENTS: 1. Coordinate with the University of Minnesota to ensure
proper specimen collection and transport. This effort between the
Contractor and the University of Minnesota shall result in four 10 ml
tubes of whole blood being collected from each of approximately 750
technologists and cryopreserved in a manner that will allow for future
transformation by Epstein-Barr Virus [EBV]. The Contractor shall
provide all supplies of blood collection kits with appropriate
vacutainers, shipping materials, and instructions to the University of
Minnesota in order to allow for appropriate drawing, shipping,
receipt, and ultimately cryopreservation by the Contractor to allow for
EBV transformation. Prior to and upon receipt of the kits, staff from
the University of Minnesota will contact subjects (the technologists)
by telephone to enlist participation, obtain informed consent, send out
the blood collection kits, and coordinate blood drawings. The
Contractor shall furnish enough airbills with each kit in order to send
collection kits to the selected radiologic technologists and for
overnight return of kits to the Contractor laboratory. The Contractor
shall maintain detailed specifications concerning data collection and
shipping requirements (time of blood draw, shipping temperature, days
of week, and receipt time and temperature, etc.) and other pertinent
restrictions required to allow for EBV transformation. In addition, all
supplies and instructions to the University of Minnesota and the
subjects shall provide for shipping conditions that maximize success
rates for cryopreservation and transformation by Epstein-Barr Virus. 2.
Cryopreserve whole blood samples from approximately 750 subjects. The
Contractor shall divide the four 10 ml tubes of whole blood into
multiple cryovials containing 5-10 million cells per nunc. To
accomplish this task, the Contractor shall work out a reasonable
schedule with the University of Minnesota to receive the samples and
cryopreserve all samples over the contract period of performance. While
the schedule is discretionary, a constant stream of samples shall be
received by the Contractor, divided out, and cryopreserved over the
period of performance. All samples shall be completed and in contractor
storage by the expiration date of the contract. The Contractor shall
cryopreserve all samples in a manner that allows for future
transformation by Epstein-Barr Virus. The Contractor shall maintain
appropriate standard operating procedures for processing,
cryopreserving, and maintaining the samples, including proposed quality
control measures (e.g., how often specimens are checked, measurements,
and documentation). In addition, the Contractor shall have equipment
and facilities to perform the above requirement, including but not
limited to, appropriate location, type of storage, and available
back-up measures in the event of a facility power failure. 3. Maintain
program management and control requirements. All sample cryovials
shall be individually labeled with an ID number, the date frozen, and
any other pertinent information required for successful transformation
by Epstein-Barr Virus in the future. A receipt-control system shall be
maintained to track the receipt, process, and storage of all samples.
REPORTING REQUIREMENTS AND DELIVERABLES: The Contractor shall submit a
schedule to the NCI Project Officer to coordinate all activities under
this project within 30 days of the purchase order issuance date. In
addition, a progress report shall be due within 15 days after the first
six-month period from the issuance date of the purchase order. In
addition, a final report shall be due on the expiration date of the
purchase order. Both reports shall detail cumulative achievements to
date during the entire twelve month period of performance, problems
encountered and their resolutions, and future plans for the project.
Specifically, these reports shall detail the: 1) Number of blood
samples received; 2) Results of efforts to cryopreserve samples,
including any failures; 3) Number and location of cryovials of
preserved whole blood (by subject); and 4) Quality control procedures
maintained. At the Government Project Officer's request, previously
cryopreserved samplesshall be shipped F.O.B. Destination to the
National Cancer Institute [within the Washington, D.C. metropolitan
region]. At the expiration date of the purchase order, all remaining
cryopreserved samples shall be shipped F.O.B. Destination to the
National Cancer Institute [within the Washington, D.C. metropolitan
region]. MANDATORY INFORMATION AND QUESTIONS In order to evaluate
proposals, all offerors must address the following questions and
requests in order to demonstrate knowledge and experience relative to
this requirement (Particular emphasis should be placed on maintaining
conditions that allow for cryopreservation and transformation by
Epstein- Barr Virus): 1) Describe and demonstrate your approach,
understanding, and management of the total requirement; 2) Describe how
shipping conditions affect success rates; 3) Describe your laboratory's
standard operating procedures for processing, cryopreserving, and
maintaining the samples, including proposed quality control measures.
4) Provide details on the anticipated number (and amount) of
cryopreserved samples, location and type of storage available,
necessary equipment and facilities, how often specimens are checked,
and whether any back-up measures are in place in the event of a
facility power failure. 5) Describe your laboratory's previous
experience for the organization and key staff (i.e., laboratory
scientists, technicians) in performing the tasks described in the
requirement herein. 6) Document success rates for EBV-transformation of
samples that were cryopreserved in your laboratory. INSTRUCTIONS AND
EVALUATION CRITERIA: This is a competitive procurement and a fixed
price contract with a one-year period of performance is anticipated.
Therefore, offers shall include the proposed price per subject . The
amount per subject shall be based on all tasks required under the above
requirements, including: supplies (blood collection kits and other
items); shipping of supplies to Minneapolis; airbills (for sending kits
to subjects and blood samples to the Contractor laboratory); processing
of samples (dividing samples and cryopreservation of samples); storage
(per tube per annum); shipping of cryopreserved samples to the
National Cancer Institute (or designated lab), and any other
anticipated costs. The technical portion of quotations will receive
paramount consideration in selecting a vendor. However, price will also
be a significant factor in the event that two or more vendors are
determined to be essentially equal following the evaluation of
technical factors. The Government may award a contract on the basis of
initial offers received, without discussion, and therefore waive minor
irregularities in offers received.. Therefore, each initial offer
should contain the vendor's best terms from a cost and technical
standpoint. The Government reserves the right to make an award for a
quantity less than the quantity offered, at the unit price (per
subject) offered, unless the offeror specifies otherwise. In any event,
the Government reserves the right to make award tothe responsible
vendor whose offer provides the greatest overall value to the
Government. Offers will be evaluated based on the following technical
evaluation criteria which are listed in the order of relative
importance: A. Technical Approach (60 points): 1) Demonstrated
understanding of the requirements; 2) Quality and soundness of the
proposed approaches and effective management of the the tasks to be
accomplished, including quality control measures. B. Staff, Corporate
Resources, and Facilities/Equipment (40 points): 1) Background and
relevant experience of key staff in performing tasks similar to those
required by the requirement; and 2) Demonstrated availability and
adequacy of offeror's facilities and equipment. NCI has not yet
determined the precise number of samples, but it is anticipated that
between 600 and 750 samples shall be cryopreserved under this project.
Offerors shall propose a price per sample based on this range, and
offers will be evaluated based on the high end figure of 750
samples.NCI will determine the precise sample size prior to award, and
the final purchase order amount will be determined by multiplying the
number of samples to be cryopreserved by the per unit (per sample)
cost. Therefore to accurately evaluate pricing, offerors shall complete
the following pricing formula that reveals the total per unit cost and
the total bottom line price for 750 samples: Per Sample Price:
$________ per sample Total Price: 750 samples * price per sample =
$___________ final price The following FAR provisions and clauses apply
to this acquisition: FAR 52.212-1, INSTRUCTION TO OFFERORS --
COMMERCIAL ITEMS; FAR 52.212-3, OFFEROR REPRESENTATIONS AND
CERTIFICATIONS -- COMMERCIAL ITEMS -- WITH DUNS NUMBER ADDENDUM; FAR
52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS; and FAR
52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES
OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS -- DEVIATION FOR SIMPLIFIED
ACQUISITIONS. The following FAR clauses cited in paragraph(b) of the
clause at FAR 52.212-5 are also applicable to this acquisition: FAR
52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR
DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; FAR 52.222-36,
AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.222-37,
EMPLOYMENT RECORDS ON DISABLED VETERANS AND VETERANS OF VIETNAM ERA;
and FAR 52.225-3, BUY AMERICAN ACT -- SUPPLIES. Full text copies of the
representations and certifications or other cited provisions and
clauses may be obtained from Debbie Moore, Purchasing Agent, on (301)
402-4509 or by fax on (301) 402-4513. Offers must be submitted on an
SF-18 or SF-1449 with a completed "Schedule of Offered
Supplies/Services." Offers must be accompanied by a completed "Offeror
Representations and Certifications- Commercial Items -- with Duns
Number Addendum," signed by an authorized representative of the
offeror. Offers must also be accompanied by a technical proposal and/or
descriptive literature, warranty information, and/or other information
that demonstrates that the offer meets the foregoing requirements and
information on the offeror's experience in providing similar services.
Offers and related materials must be received in this office no later
than 3:00 pm EST on September 11, 1998. Please cite the solicitation
number, RFQ-NCI-80210-NV, in your offer. Posted 08/24/98 (W-SN240971).
(0236) Loren Data Corp. http://www.ld.com (SYN# 0014 19980826\B-0003.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|