SOLICITATION NOTICE
Q -- Procurement of DNA, RNA, Transformed Lymphocytes, and Lymphoblastoid Lines for Genetic Studies
- Notice Date
- 1/27/2012
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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
- N02CP21001-56
- Point of Contact
- Juana A Diaz, Phone: (301) 496-8613, Lisa Coleman, Phone: (301) 496-8605
- E-Mail Address
-
diazj@mail.nih.gov, licoleman@mail.nih.gov
(diazj@mail.nih.gov, licoleman@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Title: Procurement of DNA, RNA, Transformed Lymphocytes, and Lymphoblastoid Lines for Genetic Studies The Division of Cancer Epidemiology and Genetics (DCEG), National Cancer Institute, National Institutes of Health, Bethesda, Maryland is seeking a contractor with the capacity to provide on-going support for the processing of fresh biological specimens from field and clinical settings by receiving whole blood and other biospecimens, isolating peripheral blood mononuclear cells (PBMCs), immortalizing cell lines with Epstein-Barr virus (EBV), isolating nucleic acids, and cryopreserving a variety of cell types, as needed. In performance of this work the contractor will be responsible for the following: 1. Specimen Processing: a) Receipt and processing of fresh whole blood and other biospecimens such as serum, plasma, buccal cells, bone marrow, tumor and non-tumor tissue, lymphocytes/leukocytes, culture fibroblasts: b) Isolation of peripheral blood mononuclear cells (PBMCs) for subsequent nucleic acid isolation, transformation with Epstein-Barr virus (EBV): c) Transformation of lymphocytes and/or cryopreserved whole blood to lymphoblastoid cells using the Epstein-Barr virus (EBV): d) Cryopreservation of PBMCs, granulocytes, bone marrow cell preparations as well as other material types: e) Expansion of lymphoblastoid or other types of cell lines up to gram quantities: f) Extraction of nucleic acids from fresh specimen and some frozen specimens, as needed. Biospecimens required in the performance of the above tasks will be provided by the Government. 2. Transfer of Biospecimens: a) Supply service to pick up specimens from medical care facilities or other laboratories in the Washington, DC area or at area transport centers (airports), if needed: b) Specimens shall be transported in temperature environments appropriate for the specimen material type and condition in question and protected from temperature extremes by use of acceptable containers. c) Monitor shipment of biospecimens and track their progress in transit: d) Ensure the prompt and accurate transfer of end-products (e.g. cell cultures, PBMC preparations, or DNA) to the Long-Term storage repository located in Frederick, Maryland. Liquid nitrogen Dewars for specimen transfer to the Long Term Storage Facility will be provided to the Contractor. The Contractor will be responsible for charging the Dewars to ensure that they are fully charged for the transfer. 3. Maintain a Biospecimen Processing Laboratory and a Short Term Repository: a) In accordance with industry best practices: b) maintain a safety and health program for good laboratory practices and for the handling of human biological materials: c) Use labeling and barcoding materials and formats that include a 2-D barcode (unless subsequent processing steps require a different one) and have been tested for the storage and handling conditions expected to be experienced by the specimen,: d) Have in place a quality control/assurance program: e) Provide short term storage for specimens that shall be monitored visually and electronically: f) Facility shall be equipped with fire and smoke alarms, monitored 24-hours a day, 365-days a year: g) Provide backup generator for mechanical freezer and emergency reserve source of liquid nitrogen for liquid nitrogen freezers in the event of power failure. 4. Utilize the Biospecimen Inventory System (BSI-II; www.bsi-II.com): a) Enter information to track and control biospecimens into BSI from Contractor's site: b) Utilize all relevant BSI-generated inventory and tracking reports: c) Ensure the accuracy of data entered into the BSI system by following quality control/assurance procedures. Protocols for all quality control/assurance procedures shall be available to the COTR for review when requested. 5. Communication with the Contracting Officer Representative (COR) and DCEG Investigators: a) Consult with the COR on ongoing testing, as well as any other aspect of the contract effort: b) Provide guidance to DCEG Investigators on specific issues identified by the COR: c) Advise and make recommendations regarding innovative, cutting edge approaches to specimen processing. 6. Initial and Final Transition Plan: a) Ensure the orderly, efficient and safe transition of all contract activities and biospecimen materials within a pre-determined period of time. This acquisition is a recompetition of contract No. N02-CP-31004 currently held by American Type Culture Collection of Manassas, Virginia. It is anticipated that one cost reimbursement, term type contract for a period of up to five years (one base plus four options) will be awarded. The solicitation is scheduled for electronic release on or about February 15, 2012. The proposal will be due approximately 30 days following the actual date of the RFP issuance. This is a full and open competition under NAICS Code 541990. The RFP #N02CP21001-56 may be accessed through the Office of Acquisitions Home Page by using the following internet address: http://rcb.cancer.gov/rcb-internet/ It is the offeror's responsibility to monitor the above Internet site for the release of this solicitation and amendments, if any. POTENTIAL OFFERORS ARE RESPONSIBLE FOR DOWNLOADING THEIR OWN COPY OF THE RFP AND ANY AMENDMETNS. Point of contact: Juana A. Diaz, Contracting Officer Representative at e-mail: diazj@mail.nih.gov, FAX: 301-402-6699, Phone: 301-496-8613. No collect calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CP21001-56/listing.html)
- Record
- SN02662570-W 20120129/120127234245-7546da0b40638b005865ddf7eb1fc568 (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 |