Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2021 SAM #7015
SOURCES SOUGHT

99 -- DNA Storage and Plating Services

Notice Date
2/10/2021 8:47:21 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
75D301-21-R-71796
 
Response Due
2/24/2021 9:00:00 AM
 
Archive Date
03/11/2021
 
Point of Contact
Tonya S. Justice, Phone: 7704883282
 
E-Mail Address
wzo1@cdc.gov
(wzo1@cdc.gov)
 
Description
Title- DNA Storage and Plating Services Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The NAICS code for this acquisition is 541990, All Other Professional, Scientific and Technical Services, with a size standard of $16.5 million dollars. �Background This procurement is entitled DNA Storage and Plating Services. The National Health and Nutrition Examination Survey (NHANES) is a program of studies designed to assess the health and nutritional status of adults and children in the United States.� The survey is unique in that it combines interviews and physical examinations.� NHANES is a major program of the National Center for Health Statistics (NCHS).� NCHS is part of the Centers for Disease Control and Prevention (CDC) in the Department of Health and Human Services (DHHS) and has the responsibility for producing vital and health statistics for the nation.� NHANES is overseen by the Division of Health and Nutrition Examination Surveys (DHANES). In 1991, a DNA biorepository was developed to maintain DNA samples for future research studies that would allow genetic and/or biologic information to be combined with other NHANES data.� Scope of Work As part of the NHANES physical exam, blood is collected from participating sample persons.� Beginning with the NHANES III Phase II survey (1991-1994) and in certain subsequent NHANES survey cycles (1999-2002, 2007-2012), a blood sample was collected from participants for extracting DNA.� The DNA from the NHANES III participants was extracted from immortalized cells (transformed with EBV) created from a blood sample not from whole blood as in subsequent survey cycles. For subsequent survey cycles two tubes of blood were collected from participants and DNA isolated from each primary and secondary tube. DNA sets were established as follows: 1999-2002 (combines NHANES survey cycles 1999-2000 and 2001-2002), 2007-2008, 2009-2010, 2011-2012. To ensure continued quality, NHANES III samples had DNA concentration measured and DNA degradation and contamination was assessed.� Previously, 1% of samples from the NHANES 1999-2002, 2007-2008, 2009-2010 and 2011-2012 were run on agarose gels to assess DNA degradation. All samples had high molecular DNA present, and none showed any significant signs of degradation.� These samples were normalized based on their measured concentrations prior to electrophoresis and the DNA band intensities were similar indicating accurate concentrations.� In addition, an assay that detects short tandem repeat (STR) from 8 regions of the genome was run on the same 1% of NHANES 1999-2012 samples to test for contamination.� None of the samples showed any evidence of contamination with a 5% limit of detection.� � Purpose and Objective The objective of this procurement is to develop an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide services to NCHS to receive and store DNA samples from approximately 28,650 NHANES participants, and to prepare and ship DNA plates to researchers, as needed.� Additionally, inventory management and reporting, receiving returned DNA sample, and destruction of returned or unneeded or unusable sample as requested are required.��� � Project Requirements NCHS requires the following technical and general requirements: There are nine tasks in the base year: CLIN 0001:����� Arrange for receipt of up to 70,000 DNA samples.� Inventory samples (scan tube barcodes to match inventory manifest) on a freeze table or comparable method to avoid thawing and provide DHANES with inventory report. Contracting lab will receive: Complete assembled master set of crudely extracted DNA of unknown concentrations from survey participants in NHANES III (1991-1994). Complete assembled master set plus incomplete secondary set of highly purified DNA from NHANES 1999-2002, 2007-2008, 2009-2010, and 2011-2012 Normalized DNA (at 50 ng/ul) from NHANES 1999-2002, 2007-2008, 2009-2010, and 2011-2012 CLIN 0002:����� Store DNA samples in -70 or -80 degree Celsius freezer or in liquid nitrogen (for samples in cryovials capable of liquid nitrogen storage). CLIN 0003:����� Normalize DNA sample sets to a concentration and volume specified by NCHS as needed and store appropriately for long term storage. CLIN 000301:� Assemble a set of quality control (QC) samples for NHANES sets.� The QC set will consist of 5% of duplicate samples from the master or secondary set which will be blinded to the researchers receiving DNA samples.� The identity of these samples will be provided to the contractor by NCHS. Normalize the QC samples to a concentration and volume specified by NCHS as needed and store appropriately for long term storage. CLIN 0004:����� Prepare 96-well aliquot plates of the normalized set and QC sets to ship to researcher(s) as needed on request (with an option to create more than one set at a time).� CLIN 000401:� Prepare 96-well aliquot plates of a normalized partial set (custom set) and QC sets to ship to researcher(s) as needed on request.� CLIN 0005:����� Ship DNA sample sets and complete shipping manifest to researcher using standard secure shipping methods in accordance with all applicable regulations for biological materials. CLIN 0006:����� Arrange for receipt of remaining unused DNA samples from researcher at the completion of their study.� CLIN 0007:����� Maintain accurate sample inventory. Depending on the volume of research, option to assess specimen degradation when appropriate. � CLIN 0008:����� Provide an end-of-year report of inventory and management of the samples, including number of sample shipments, how many returned samples are received, freezer usage and how many freezers are required, and any problems encountered and what corrective steps were taken. CLIN 0009:����� Dispose of DNA samples as requested by DHANES.� �The services described in CLINs 0002 � 0009 are repeated for each option year. CLIN 0001 requires the contractor to arrange for the receipt of DNA samples from the current contract stored specimen facility. This is likely to involve working with the facility to ensure proper shipping and inventory recording.� The storage facility will be required to ship samples in accordance with all applicable regulations.� Notifications of receipt and inventory must be sent to the Contracting Officer Representative (COR) as soon as shipped sample arrives. CLIN 0002 requires the contractor to store DNA samples.� DNA samples must be stored at -70 or -80 degrees Celsius or in liquid nitrogen.� CLIN 0003 requires DNA samples to be normalized to a concentration and volume specified by NCHS as needed and in appropriate container for long term storage. CLIN 000301 requires the contractor to prepare a second set for quality control of normalized DNA samples from 5% of the master or secondary collection as specified by the COR that will be blinded to researchers. CLIN 0004 requires the contractor to prepare 96-well plates of normalized DNA samples from the appropriate NHANES DNA collection as specified by the COR (according to the research protocol).� CLIN 000401 requires the contractor to prepare 96-well plates representing a partial set of normalized DNA samples (custom set) from the appropriate NHANES DNA collection as specified by the COR (according to the research protocol).� CLIN 0005 requires the contractor to ship the plated DNA samples to the researcher.� Shipping will be performed in accordance with all applicable regulations.� The contractor shall provide receipt and inventory of DNA samples electronically.� Notification of inventory and shipping must be sent to the COR as soon as the plated DNA ships.� See Appendix A for shipping procedures. CLIN 0006 requires the contractor to arrange for the receipt of DNA samples back from the researcher.� This will involve working with the researcher to ensure proper shipping and inventory recording. Samples should be shipped in accordance with all applicable regulations.� Notifications of receipt and inventory must be sent to the COR as soon as shipped sample arrives. CLIN 0007 requires the contractor to maintain an accurate inventory of DNA samples at all times and perform periodic quality assurance checks if deemed appropriate by the COR and reporting to the COR. CLIN 0008 requires the contractor to prepare and provide end-of-year report on inventory, including start and final inventory. CLIN 0009 requires the contractor to dispose of DNA samples as requested by the COR. Anticipated Period of Performance The Period of Performance is estimated to be one 12-month base year plus four 12-month option years. � � Other Important Considerations None �� Capability Statements Interested Offerors should submit a capability statement specifically addressing the criteria listed below only. Capability statements that address requirements other than what is identified below will not be reviewed. The information requested below is the only information the government will review in response to this sources sought notice.� Therefore, please explain, in detail, your experience, knowledge and ability to provide the following: � Your opinion about the difficulty and/or the feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace and information regarding innovative ideas or concepts. � Your staff expertise, including their availability, experience, formal training and any other training. � Your current in-house capability and capacity to perform the work. � Your prior completed projects of similar nature. � Your corporate experience and management capability. Provide any examples of prior completed Government contracts, references and other related information. � Provide any other information that may be helpful in developing or finalizing the acquisition requirements. � Information Submission Instructions Please include cover pages with the following business information. The cover pages do not count against the page limit for the capability statement. � DUNS Number � Organization name, address and point of contact. � Do you have a Government-approved accounting system? If so, please identify the agency that approved this system. � Business size and type of business (e.g., small business, 8(a), woman-owned, veteran-owned, etc.) pursuant to the applicable NAICS code 541990 and size standard of $16.5 million dollars. � Technical and administrative points of contact including name, title, address, telephone number and email address of the individual(s) who can verify the demonstrated capabilities identified in the response. � In your opinion, is NAICS code 541990 appropriate for this requirement? If not, which NAICS code is most applicable and why? � Page Limitations Capability Statements shall be limited to twelve (12) pages (including references, appendices, charts, illustrations, diagrams and resumes). The cover page does not count against the page limit. Pages shall be single-spaced and formatted as follows: MS Word, 8 � x 11, 12-Point Times New Roman font with one (1) inch margins. �Preparing Response:� Respondents are cautioned that �standard� marketing brochures may not provide sufficient and specific information to enable the government to evaluate an offeror�s capabilities relative to the requirement discussed above.� Therefore, offerors should tailor their capability statement to specifically address the questions noted above.� Response Due Date Please submit capability statements via email to Tonya S. Justice, Contracting Officer, at wzo1@cdc.gov. Should you have any questions concerning this sources sought, please direct your questions in writing to Tonya S. Justice, Contracting Officer at wzo1@cdc.gov. The Government will not respond to oral questions. Responses must be submitted no later than 12:00pm, Eastern Standard Time (EST) on February 24, 2021. Capability Statements will NOT be accepted after the response due date. No telephonic or facsimile responses will be accepted. �The Government will not provide any feedback on capability statements and will not return capability statements received. � Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for any information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. Responses received to this sources sought notice will not be considered as adequate responses to a solicitation. �Confidentiality No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e9e14416a9114330a640cc3d012a51c3/view)
 
Record
SN05914042-F 20210212/210210230119 (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 |
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.