Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2011 FBO #3547
SOLICITATION NOTICE

Q -- Serum Level Measurements

Notice Date
8/9/2011
 
Notice Type
Presolicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-110148-MD
 
Archive Date
9/7/2011
 
Point of Contact
Miguel Diaz, Phone: (301) 402-4509, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
miguel.diaz@nih.gov, cr214i@nih.gov
(miguel.diaz@nih.gov, cr214i@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Boulevard, EPS Suite 600, Room 6079, Rockville, MD 20852, UNITED STATES. Description The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics DCEG plans to procure on a sole source basis with The Mayo Clinic of Rochester; 200 1st St SW Rochester, MN 55905 to measure serum levels in a case-control study within the Prostate, Lung, Colorectal, and Ovarian Cancer Screening Trial (PLCO) cohort This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1). The North American Industry Classification System Code is 621511 and the business size standard is $13.5 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance shall be twelve (12) months from date of award. Androgens are believed to play a major role in breast carcinogenesis, although the relative importance of specific androgens, the interrelationship with estrogens, and the underlying mechanisms of action remain unclear. In a pooled analysis of the data available worldwide from prospective studies, circulating levels of androstenedione, testosterone, and dehydroepiandrosterone sulfate (DHEAS) were each statistically significantly related to the subsequent incidence of breast cancer, even after adjusting for recognized breast cancer risk factors. The purpose of this procurement is to measure serum levels of testosterone, androstenedione, dehydroepiandrosterone sulfate (DHEAS), and sex hormone binding globulin (SHBG) in a case-control study of breast cancer nested within the Prostate, Lung, Colorectal, and Ovarian Cancer Screening Trial (PLCO) cohort. The objective is to analyze the assay data and combine the findings with similar data from the Harvard University Nurses' Health Study cohort and the American Cancer Society CPSII cohort to increase the robustness, generalizability, and importance of the results. Nearly all clinical laboratories still use immunoassays for androgens; however, these assays lack the specificity and accuracy required to disentangle the roles of various estrogens and androgens. In contrast to conventional immunoassay techniques, LC-MS/MS allows the precise determination of low testosterone levels. LC-MS/MS is accepted as the gold standard method for measuring absolute concentrations of steroid hormones. Based on the sensitivity, accuracy, and precision of the assay methods currently being used for measuring testosterone, androstenedione, and DHEAS in various labs, the Mayo Clinic LC-MS/MS assay has been determined to be superior. In order to produce accurate, precise, and comparable results for each cohort, the Mayo Clinic and its LC-MS/MS assay method are required. NCI has determined that the Mayo Clinic is uniquely qualified to conduct these assays. For the aforementioned reason, the Mayo Clinic is the only known source for these assays. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI Office of Acquisitions on or before 11:00 AM EST on August 23, 2011. No electronic capability statements will be accepted (i.e. email or fax); an original and one copy must be sent to the NCI Office of Acquisitions to the address stated above. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Miguel Diaz, Contract Specialist at miguel.diaz@mail.nih.gov. A determination by the Government not to compete this proposed contract 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. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference solicitation number NCI-110148-MD on all correspondences.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-110148-MD/listing.html)
 
Place of Performance
Address: 200 1st St NW, Rochester, Minnesota, 55905, United States
Zip Code: 55905
 
Record
SN02527880-W 20110811/110810000310-32b60349e3b45003f0c82898b6ded55d (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.