SPECIAL NOTICE
Q -- Parasite serological profiling of patients with advanced gastric preneoplastic lesions
- Notice Date
- 5/21/2021 9:52:06 AM
- Notice Type
- Special Notice
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- NIH National Cancer Institute Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- 75N91021Q00045
- Response Due
- 5/31/2021 11:00:00 AM
- Archive Date
- 06/15/2021
- Point of Contact
- Renee Jones-Chuang, Phone: 2402765782, Jolomi Omatete, Phone: 2402766561
- E-Mail Address
-
renee.jones-chuang@nih.gov, jolomi.omatete@nih.gov
(renee.jones-chuang@nih.gov, jolomi.omatete@nih.gov)
- Description
- Notice ID: 75N91021Q00045 Product Service Code: Q301 � Medical � Laboratory Testing NAICS: 611310 - Colleges, Universities, and Professional Schools - $22.0 million Place of Performance: MD, 20850 USA Description: The Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG) requires the services of a qualified contractor to apply a multiplex assay based on Nucleic Acid-Programmable Protein Array (NAPPA) developed by the Arizona State University to evaluate humoral profiles of common helminths and protozoa between intestinal metaplasia cases and non-atrophic gastritis controls. Details regarding the specifications for this acquisition can be found in Attachment 1 � Draft Statement of Work. The response close date of this notice is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be awarded pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures. It is exempt from the requirements of FAR Part 6. This notice is not a request for competitive quotation; however, if any interested party � especially any small business � believes it can meet this requirement, it may submit a capability statement for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. The Arizona State University (ASU) has developed and validated an in-house multiplex assay based on Nucleic Acid-Programmable Protein Array (NAPPA) to evaluate humoral responses against autoantigens and microbial antigens in various cancer types and autoimmune and infectious diseases. The NAPPA technology replaces the time-consuming complex process of spotting purified proteins with the simple process of spotting plasmid DNA. The parasite NAPPA array to be used in this study includes immunogenic proteins of common protozoa and helminths found in Chile and other Latin American countries. Traditional serology assays for parasites are marker-specific. Marker-specific processes are not available for some of the relevant parasites of interest. Additionally, they require larger sample sizes and consume more sample during the process. Arizona State University (ASU) is the sole provider of multiplex study parasite serological testing which meets the needs of MEB. This testing is the only available test for all parasites of interest and using a different test or source would limit the scope of the MEB�s research. Market research did not demonstrate any alternative providers for these services. Responses must be received in the contracting office by the deadline stated in this notice. All responses and/or questions must be submitted via e-mail to Renee Jones-Chuang, Contract Specialist, at renee.jones-chuang@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must be registered and have valid certification through SAM.gov and have representations and certifications completed. Responses should include both the STATEMENT OF CAPABILITY and the BUSINESS SIZE AND SOCIOECONOMIC STATUS information as explained below. This notice is to assist with determining sources only. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Requested Information: (1) Statement of Capability: Submit a brief description (10-pages or fewer) that includes product specifications. Include past experience with performing this type of service for Government agencies, or for a private medical facility. Please indicate your address. (2) Business Size and Socio-Economic Status: (a) Indicate whether your organization is a small business or other-than-small business. (b) If small, indicate if your firm qualifies as a small, emerging business; or a small disadvantaged business. (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. (d) Indicate if your firm is a certified HUB-Zone firm. (e) Indicate if your firm is a woman-owned or operated business. (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or a Veteran Owned Small Business (VOSB). (g) Include the DUNS number of your firm. (h) State whether your firm is registered in the System for Award Management (SAM).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0fe61296eade45a28794998a7122b5bf/view)
- Place of Performance
- Address: MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06009607-F 20210523/210521230104 (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 |