SOLICITATION NOTICE
Q -- Laboratory services for four Epidemiology Branch Studies
- Notice Date
- 8/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455
- ZIP Code
- 20892-5455
- Solicitation Number
- NIH-NIDDK-1008
- Response Due
- 9/8/2006
- Archive Date
- 9/23/2006
- Description
- This is a combined synopsis/solicitation for laboratory services 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 number is NIH-NIDDK-06-1008, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification (NAICS) Code is 541380 and the business size standard is $6 million. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Child Health and Human Services (NICHD), has a requirement to procure laboratory services for four Epidemiology Branch studies that include the following. A. Effects of Smoking on Circulating Angiogenic Factors The objective of this study is to validate smoking histories by quantitative measurement of cotinine, a nicotine metabolite, in urine obtained 3 times during pregnancy in 2200 women randomly selected from the Calcium for Preeclampsia Prevention cohort for whom serum angiogenic factor concentrations have already been obtained. We wish to determine women who were exposed only to sidestream smoke and those who were themselves active smokers in addition to the women who never smoked. B. Hormonal Indicators of Onset of Puberty and Their Relationship to Blood Lead Levels in Children Ages 6-11 The objectives are to measure LH, inhibin B, and testosterone in stored serum obtained in NHANES III 1988-94 to determine in boys and girls whether there has been a decline in the age at puberty and whether age at puberty is related to blood lead level. C. Cytokines, Chemokines and the Menstrual Cycle: The objective is to measure 21 cytokines and chemokines in serum obtained 8 times per menstrual cycle over 2 cycles from 250 women who participated in the BioCycle Study. The purpose is to determine whether variation in cytokines and chemokines is correlated with variation in concentrations of estrogen, progesterone, LH, and FSH; to menstrual cycle lenth; or to ovulation. GENERAL DESCRIPTION OF PROPOSED TASKS TO BE PERFORMED 1. The contractor shall measure cotinine in 6628 urine specimens using liquid chromatography / mass spectrometry / mass spectrometry (LC/MS/MS) assay or other assay capable of quantitating urinary cotinine in pregnant women subjected to passive or active smoking and measuring urinary cotinine concentrations as low as 1 ng/ml. The work should be completed as soon as possible, but no later than one year following the date of first specimen shipment expected to take place 3 months following the date of contract award. Please provide cost per urine specimen. 2. The contractor shall measure luteinizing hormone and inhibin B in 1573 serum specimens and testosterone in 361 serum specimens. The work should be completed within one year of the date of first specimen shipment expected to take place 6 months following the date of contract award. Please provide cost per serum specimen for each analyte. 3. The contractor shall measure the following in 3500 serum specimens using multiplex plate assays: IL-1 beta, IL-2, IL-3, IL-4, IL-5, IL-6, IL-7, IL-8, IL-10, IL-12 p70 subunit, IL-13, tumor necrosis factor (TNF) alpha, angiogenin, granulocyte colony stimulating factor (G-CSF), granulocyte macrophage colony stimulating factor (GM-CSF), regulated on activation normal T-cell expressed and secreted (RANTES), monocyte chemotactic protein - 1 (MCP-1), eotaxin, interferon (IFN) gamma, interferon-gamma inducible protein-10 (IP-10), and macrophage inflammatory protein (MIP) -1 alpha. The work should be completed within one year of the date of first specimen shipment expected to take place 6 months following the date of contract award. Please provide cost per serum specimen. 4. The NICHD project officer will provide to the contractor a diskette(s) or CD ROM with an Excel spreadsheet listing specimen identifiers. The contractor will add to the sprreadsheet all results, dates of analysis, responsible technician?s name, or other information requested by the NICHD project officer. The contractor and NICHD may decide to use another format for data delivery, providing this is agreeable to both parties. 5. NICHD will ship the specimens to the contractor based on a work schedule to be agreed upon by the contractor and NICHD. 6. The contractor shall store specimens at all times at a temperature of -70C or less. 7. After completing analysis of each shipment, the contractor shall send the results to the NICHD Project Officer by diskette or CD ROM or as directed by NICHD and shall ship residual serum specimens to the NICHD specimen repository, aas directed by NICHD. 9. The contractor shall assist NICHD with the preparation of research publications based on the analyses, with professional time not to exceed 120 hours. 10. The offeror can elect to offer services required for one or more of the 3 Epidemiology Branch initiatives identified under Description of Services and in items 1-3 of the Statement of Work. The offeror does not have to perform services for all 3 initiatives. In the response to this RFC the offeror should clearly state which services he/she is offering to perform. Post-Award Administration and Monitoring 1. Each month the contractor shall submit a brief report containing the following information: a. For each shipment: date and number of specimen vials received for each assay (cotinine, luteinizing hormone / inhibin B, testosterone, multiplex) b. Brief description of the work performed including numbers of serum specimens analyzed for each assay. c. Loss or breakagae of any specimens, giving identifiers d. Malfunction of freezers giving details of time and temperatures above -70C. e. Dates of each shipment to the NICHD repository including a listing of specimens shipped, and approximate volumes contained in each specimen. f. Shipment dates for each diskette or CD ROM sent to NICHD. g. Description of problems encountered not included above. 2. Final inventory and report of specimens analyzed and results to be put on CD ROM or diskette and sent to NICHD. Copies shall be retained by the Contractor for 6 years after the termination of the contract and accessible to NICHD upon request. A separate discussion of problems encountered should also be included. All reports are to be emailed to the following addresses: For Richard J. Levine, M.D., Project Officer LevineRJ@mail.nih.gov For____________________, Contracting Officer ____________________ Courier Address Richard J. Levine, M.D., Project Officer Division of Epidemiology, Statistics, and Prevention Research NICHD, NIH, DHHS 6100 Executive Boulevard, Rm 7B03 Rockville, Maryland 20852 The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The addenda to the clause reads as follows: The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due on Sept. 8, 2006, fifteen (15) calendar days from the publication date of this synopsis. The quotation must reference ?Solicitation number? NIH-NIDDK-06-1008. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 775, Bethesda, Maryland 20817, Attention: Patricia Haun. Faxed copies will not be accepted.
- Record
- SN01124379-W 20060826/060824220430 (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 |