SOLICITATION NOTICE
B -- Sex Steroid Hormones in Relation to the Risk of Aggressive and Lethal Prostate Cancer
- Notice Date
- 8/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02CP42568-83
- Archive Date
- 9/4/2014
- Point of Contact
- Gwennifer K. Epps, Phone: 240-276-5445, Terry Galloway, Phone: 240-276-5384
- E-Mail Address
-
eppsg@mail.nih.gov, gallowaytl@mail.nih.gov
(eppsg@mail.nih.gov, gallowaytl@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description of Requirement The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics Branch (DCEG), Hormonal and Reproductive Epidemiology Branch (HREB) plans to measure 8 sex steroid hormones and SHBG in 732 serum samples, from Bioanalytical Services, Laval University, Canada, CHUQ Research Center, 2705, boul. Laurier, room T3-48, Quebec, QC, G1V 4G2, Canada. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is: N02CP42568-83. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 20) 05-72, (January 2014) Simplified Procedures for a Commercial Item. The Government contemplates only one award of a Firm-Fixed Price contract. The Associated North America Industry Classification Code (NAICS) 541380 and the Business Size Standard is $14 million. It has been determined there are no opportunities to acquire green products or services for this procurement. Performance shall be from the date of award for twelve months. The Division of Cancer Epidemiology and Genetics (DCEG) is a research program of the National Cancer Institute (NCI), one of the National Institutes of Health (NIH). The Division is the world's most comprehensive cancer epidemiology research group. The Hormonal and Reproductive Epidemiology Branch (HREB), is a program within DCEG, which conducts research to identify groups at high risk of cancer, clarify the natural history of various cancers, understand the interactive effects of genetic and environmental factors on cancer risk, and elucidate biologic mechanisms of carcinogenesis. To identify risk factors for hormonally-related tumors, HREB assess: reproductive and family history, endogenous hormones, exogenous hormones (oral contraceptives and menopausal hormones), hormonal correlates of risk, and conditions related to marked hormonal perturbations, such as infertility and endometriosis. This requirement is for the assessment of 8 sex steroid hormones and SHBG in 732 serum samples. All quantitative assays for sex steroid hormones are based on mass spectrometry while SHBG will be assessed using an immunoradiometric assay. The expertise of this laboratory with respect to sex steroid hormone analyses is well demonstrated by the numerous peer-reviewed publications. Given NCI's survey of hormone laboratories, this analysis will be based in the Prostate, Lung, Colorectal and Ovarian Cancer Screening Trial and will include 346 male prostate cancer cases and 346 male control subjects with serum available. The quality control samples will be composed of approximately 5% of the total (n=40). Thus, in total, there will be 732 serum samples, each of at least 0.5 ml volume to be used for quantitation of the following sex steroid hormones and protein: i.Dehydroepiandrosterone (DHEA) using GC-MS ii.Androst-5-enediol (Delta-5diol) using GC-MS iii.Androstenedione (4-dione) using GC-MS iv.Testosterone (T) using GC-MS v.Dihydrotestosterone (DHT) using GC-MS vi.Androsterone (ADT) using GC-MS vii.Estrone (E1) using GC-MS viii.Estradiol (E2) using GC-MS ix.Sex Hormone Binding Globulin (SHBG; protein) using ELISA Laval University is the only known laboratory that can quantitate these 8 sex steroid hormones* and SHBG using gold standard technologies (GC-MS for each hormone analyte, and ELISA for SHBG) using a total volume of just 0.5 ml of serum per patient, with coefficients of variations less than 10% for each analyte, and have demonstrated experience of such analyses though several peer-reviewed publications. Payment Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: August 20, 2014 11:00 am, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct >5M 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters>500K 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-37 Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer System for awards Management 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.246-2 Inspection of Supplies-Fixed Price Full text copies of the representations and certifications for other cited provisions and clauses many be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Gwennifer Epps, Contracting Officer at eppsg@mail.nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on August 20, 2014. Please refer to the solicitation number N02CP42568-83 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above by August 20, 2014. No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CP42568-83/listing.html)
- Place of Performance
- Address: National Cancer Institute, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03452193-W 20140808/140807022155-92604af45abc7d49771a9ea2d3657967 (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 |