MODIFICATION
65 -- Reagents for 299 SNP Genotyping Assays
- Notice Date
- 9/2/2014
- Notice Type
- Modification/Amendment
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- 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
- N02RC42630-24
- Archive Date
- 9/23/2014
- Point of Contact
- Kimesha Leake, Phone: 2402765669, Terry Galloway, Phone: 240-276-5384
- E-Mail Address
-
kimesha.leake@nih.gov, gallowaytl@mail.nih.gov
(kimesha.leake@nih.gov, gallowaytl@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institutes of Health (NIH), National Cancer Institute (NCI), Division of the Center for Cancer Research (CCR), Laboratory of Human Carcinogenesis (LHC) intends to procure genotyping of 299 SNPs using technology for analysis of 880 DNA samples. The NCI utilizes a multi-dimensional approach to the study of human carcinogenesis. NCI studies multiple levels of ‘omics', including genomics. A large portion of NCI studies concerns biomarker discovery, which is immediately translational and has a high clinically utility and potential impact. The NCI looks for markers that can be used to detect cancer (i.e. lung cancer) and also which have an impact on patient survival after disease development. Upon biomarker discovery, the NCI also attempts to investigate their functional consequences. One way to conduct that type of research is to assess nucleotide polymorphisms (SNPs) that may have an impact on an individual's ability to metabolize exogenous and endogenous metabolites, drugs, etc., and thereby can have an effect on not only cancer initiation, but also on cancer progression. The NCI is in need to purchase a large number of genotyping assays that can be measured across a large number of samples in an economical way, with robust SNP genotyping chemistry based on allele-specific PCR. The NCI must be able to genotype hundreds of samples per day, across hundreds of genotyping assays, with minimal hands-on time and fast turnaround. In particular, the NCI must be able to run 96 samples against 96 SNP assays, which generate 9,216 gentoypes, in just one run. The NCI want to avoid multiplexing assays, as that would reduce the pass rate and the quality of the data. Additionally, the NCI must be able to genotype 96 SNPs from just 2.5ng of DNA. The results of such assays also must be precise, reliable and with a high degree of reproducibility. Furthermore, they must be cost-effective as the NCI is in need of purchasing a large number of genotyping assays. One of major focuses of the NCI research is biomarker discovery for early detection of lung cancer, with a potential therapeutic impact. The NCI goal is to translate our biomarker findings to clinically relevant tests in a timely manner, as well as to evaluate the functional consequence those biomarkers may have on disease initiation and progression. In order to assess the parameters required for biomarkers' clinical utility, it is of outmost importance that the experiments be reliable, reproducible over a long period of time, therefore giving the highest turnaround with the least hands-on time. The NCI is in need of assessing genotypes of a large number of samples across a large number of assays, which may have an impact on lung cancer biomarker levels and their clinical utility, therefore it is important that these experiments be cost-effective, as well as fast. Being able to run 96 samples across 96 genotypes in just one run, with a minimal amount of DNA (coming from limited and invaluable human samples), more precisely with just 2.5ng of DNA, those requirements would be met. High precision and reliability while using genotyping chemistry based on allele-specific PCR are also required. Therefore it is critical and essential to provide the most precise, fast and cost-effective SNP genotyping technology with great customer support. It is essential to purchase the assays and associated reagents that would lead to accurate results with the highest degree of confidence, and with unprecedented speed. The following Salient Characteristics must be provided: • SNP genotyping assays, of US origin, based on allele-specific PCR chemistry. • Use of 96 by 96 Dynamic Arrays integrated fluidic circuits in order to be able to genotype 96 samples across 96 genotyping assays in just one run. • Fast turnaround with minimal hands-on time. • Specific Target Amplification (STA) of the genomic template. • 96 SNPs to be genotyped from just 2.5ng of DNA. Please provide pricing for enough kits to test 880 DNA samples. II. Delivery: Contractor shall deliver the item(s) within 30 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Payment: Payment shall be made after delivery after deliver and acceptance of the COR. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (July 2013); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (August 2013) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2013)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (September 2013); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (January 2014). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-6 Notice of Total Small Business Set-Aside FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kimesha Leake, Contract Specialist at Kimesha.Leake@nih.gov 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 System for Award Management (SAM) through sam.gov. Quotations must be received in the NCI-OA contracting office by 9/8/14. Please refer to solicitation number N02RC42630-24 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC42630-24/listing.html)
- Record
- SN03491811-W 20140904/140902235327-67f39ccd158def43d9eafad2fe815358 (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 |