SOURCES SOUGHT
R -- Urine Biochemistry Analysis Services U. S. Army Research Institute of Environmental Medicine
- Notice Date
- 9/29/2020 2:42:44 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
- ZIP Code
- 21702-5014
- Solicitation Number
- PANMRA-20-P-0000-004821
- Response Due
- 10/8/2020 7:00:00 AM
- Archive Date
- 10/23/2020
- Point of Contact
- Flodean Billings, Phone: 3016192648
- E-Mail Address
-
flodean.p.billings.civ@mail.mil
(flodean.p.billings.civ@mail.mil)
- Description
- Title: Urine Biochemistry Analysis Services U. S. Army Research Institute of Environmental Medicine � Solicitation:�� PANMRA-20-P-0000-004821 Notice Type: Request for Information (RFI) Response Date:� 08 October 2020 NAICS:� ����������������������������������������������������������������������������������������������������������������� 541715 � Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) Scope:� Urine samples will be collected on 120 women daily throughout BCT.� Urine samples will be aliquoted, frozen and transported to the contractor�s lab for batched analysis of, reproductive hormone metabolite (pregnanediol glucuronide (PdG;progesterone)), esterone conjugate (E1c;estradiol), follicle stimulating hormone (FSH) and leutinizing hormone (LH) Additionally, Contractor personnel designated shall have expertise as an accredited laboratory lead by a senior scientist with a terminal degree related to clinical chemistry. Contractor shall provide help desk/e-mail and telephone support to respond to USARIEM�s questions regarding data analysis. The Laboratory shall possess the specialized experience to provide the required measurement and analysis of biochemistries in human urine at this level of competency. In order to maintain consistency of methods from prior studies to the current planned studies, to ensure reproducibility and validity of conclusion derived from these studies, and to collate these data into meta-analyses, the analyses shall be performed exactly as listed above. Good Clinical Practices guidelines shall be followed in the laboratory, and the vendor�s laboratory systems shall be governed by a set of Standard Operating Procedures (SOP) that are annually reviewed and updated. All laboratory technicians assigned to perform procedures in the laboratory shall be trained on SOPs for specific methods and all instruments are evaluated for sensitivity, reproducibility and proper run conditions prior to sample analysis as well as completed appropriate lab safety and CITI training for working with human subjects� samples. Each analytical run shall include a series of standards and controls to monitor the performance of the analytical instrument and to minimize any drift that may occur during the course of the run. The lead investigator in the lab must have recognized expertise in biochemical analysis and a terminal degree related in biochemistry, chemistry, biology or related field. The contractor shall accomplish the assigned tasks by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience.� The contractor shall match personnel skills to the task with a minimum of under or over employment of resources. (See attached DRAFT Performance Workstatement RFI INSTRUCTIONS: Interested parties are asked to respond to this RFI and submit a capabilities statement that supports the focus of this RFI. �Please review the place of performance requirements. Please submit written responses via email in Microsoft Office 2000 or 2007 format.� All responses should be complete: in 12-point font; and not to exceed 5 pages total, including graphics, tables, and appendices. No hardcopies shall be accepted. No written solicitation document is available at this time. Telephone requests will not be honored, and no bidders list shall be maintained. No inquiries regarding any potential future acquisition activities shall be entertained. There is proprietary information involved in this requirement which may preclude some established clinical trial centers from competing on this requirement, although no decisions have been finalized at this time. Potential offerors are requested to direct all questions via email to the Point of Contact listed below. Responses are due to the Point of Contact, Ms. Flodean Billings at email:� flodean.p.billings.civ@mail.mil� no later than 10:00AM ET, Thursday, October 8, 2020. CAUTION:� This is an active requirement. Contractors are strictly prohibited from discussing this requirement with any member of the program office. All discussion shall be with the point of contact listed above. DISCLAIMER:� This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any kinds of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/43e083dc6daa4aa58b7afbb5ddbe93cf/view)
- Record
- SN05814748-F 20201001/200929230158 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |