Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

Q -- Laboratory Testing Services

Notice Date
5/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HL)-2010-163-DLM
 
Archive Date
6/8/2010
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is NHLBI-PB-(HL)-2010-163-DLM 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 2005-41 (5/13/2010). The North American Industry Classification (NAICS) Code is 541711 and the business size standard is 500 Employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH) National Heart, Lung and Blood Institute (NHLBI) on behalf of the National Heart, Lung and Blood (NHLBI), Division of Intramural Research (DIR), Center for Population Studies to negotiate and award an order to Asuragen, Inc., 2150 Woodward Street, Suite 100, Austin, Texas 78744-1840, for PAXgene blood samples for automated RNA isolations retaining miRNAs. Cardiovascular disease (CVD) is the leading cause of death and serious illness in the United States. In 1948, the Framingham Heart Study -- under the direction of the National Heart Institute (now known as the National Heart, Lung, and Blood Institute; NHLBI) -- embarked on an ambitious project in health research. At the time, little was known about the general causes of heart disease and stroke, but the death rates for CVD had been increasing steadily since the beginning of the century and has become an American epidemic. The Framingham SABRe CVD Initiative will assess biomarkers in approximately 7000 Framingham Heart Study Offspring and Third Generation cohort participants. Thousands of biomarkers will be assessed using the following platforms: a) immunoassays, b) discovery and targeted proteomics, c) discovery and targeted metabolomics/lipomics, and WBC derived RNA expression. SABRe CVD represents an opportunity to conduct complex systems biology science on a population level. In this collaborative effort in biomarker discovery, the NHLBI genomics core has undertaken the biomarker discovery project for analysis of gene expression in approximately 7000 WBC derived RNA samples using the Affymetrix Human Exon arrays to identify differentially expressed genes and associated alternative splicing. Specifically, we will identify genes with altered expression in heart, lung, and blood disorders, and in parallel study alternative splicing events during the disease process. This study will be conducted in phases and we intend to start analyzing gene expression in 2500 whole blood/WBC-derived RNA samples from 2000 Framingham Heart Study Offspring participants in FY 2010. Through bioinformatics approaches, we will identify genes with expression levels that are associated with cis- or trans-acting SNPs, i.e. eSNPs. Having a direct effect on the molecular profile, such eSNPs are thus more likely to have a causal relationship with other heart, lung, or blood related phenotypes than anonymous SNPs, thereby improving the statistical power for identification of SNP--phenotype associations genomewide. Further, advanced statistical techniques such as random forests will be used to build better predictive models combining both SNP and expression profile data. • Contractor will deliver the isolated total RNA + microRNA in 2 separate aliquots • The Contractor will provide the details on the concentration of the isolated RNA (micrograms and ng per microliter), RNA integrity number and the bioanalyzer trace on the integrity of the 18 and 28s ribosomal peaks. • The contractor will provide necessary technical support during the sample processing step and the required internal controls for use as a quality control measure. • If the RNA yields are poor and the QC data is missing, the contractor will have to re-isolate/process the RNA. The sole source determination is based on the following: Asuragen is the only company that meets the requirements for high quality miRNA enriched total RNA isolation using an in house validated method on the paxgene samples/cell pellet lysates. Asuragen has developed optimized procedures for isolation of RNA from PAXgene tubes and Cell pellets that permit higher quality RNA isolation with minimal reduction in RNA yield when compared to the manufacturer’s recommended protocols. For maximum throughput and cost effectiveness Asuragen HT method uses a robotic work station that allows to perform over 400 RNA isolations per week. Current data for this procedure show increased quality in addition to increased sample throughput. Period of Performance: This project will start in June 2010 and will be completed by August 2010. FAR Provisions apply to this acquisition are:1) FAR Clause 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) 2) As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation and Price. Commercial Items; 3) FAR Clause 52.212-4, (SEPT 2009) Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. Only one responsible source and no other supplies or services will satisfy agency requirement. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations, however; all responses received within ten days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, hourly rate, 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. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. 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 ten (10) calendar days from the publication date of this synopsis or by May 24, 2010, 7:30 a.m., Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HL)-2010-163-DLM. 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 Heart, Lung, and Blood Institute, 6701 Rockledge Drive, Room 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Responses may be submitted electronically to maxwelld@mail.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2010-163-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892-7902, United States
Zip Code: 20892-7902
 
Record
SN02149352-W 20100515/100513235647-b0fd63a8fe2a136e2676d07a6b2dfb01 (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.