SOURCES SOUGHT
99 -- Procurement of services to aliquot serum samples among selected participants in the Multiethnic Cohort Study (MEC)
- Notice Date
- 7/22/2021 3:57:06 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NIH National Cancer Institute Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- SBSS_75N91021Q00176
- Response Due
- 7/27/2021 1:00:00 PM
- Archive Date
- 08/11/2021
- Point of Contact
- Jolomi Omatete, Phone: 2402766561, Elizabeth Tucker
- E-Mail Address
-
jolomi.omatete@nih.gov, elizabeth.tucker@nih.gov
(jolomi.omatete@nih.gov, elizabeth.tucker@nih.gov)
- Description
- This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 541380 with a size standard in dollars is $16.5M. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. BACKGROUND The Multiethnic Cohort Study (MEC) is a large and diverse prospective cohort study consisting of more than 215,000 men and women aged 45-75 years at baseline (1993-1996) from different racial/ethnic groups (African Americans, 16% of participants; Japanese Americans, 26%; Latinos, 22%; Native Hawaiians, 6%; and whites, 23%) living in Hawaii and California. The prospective MEC biospecimen sub-cohort was established from 2001 to 2006 by asking surviving cohort members to provide specimens of blood and urine. Per- and polyfluoroalkyl substances (PFAS) are man-made chemicals that have been used to make firefighting foams, non-stick cookware coating, and other commercial products since the 1950�s. Perfluorooctanoic acid (PFOA), perfluorooctane sulfonic acid (PFOS), and other PFAS were detectable in sera from >98% of the general U.S. population, and levels of several PFAS differed by race/ethnicity. In 2017, the International Agency for Research on Cancer (IARC) classified PFOA, the most well-studied PFAS, as a possible human carcinogen (Group 2B) based in part on limited epidemiologic evidence of associations with kidney cancer. Notably, in our prospective investigation in the Prostate, Lung, Colorectal and Ovarian (PLCO) Cancer Screening Trial, we observed positive associations with risk of renal cell carcinoma (RCC), the most common form of kidney cancer, for serum concentrations of PFOA, PFOS and perfluorohexane sulfonic acid (PFHxS) at levels comparable to those seen in the general population. There is an important need to replicate findings of pre-diagnostic serum PFAS concentrations and RCC risk in general population studies with greater racial/ethnic diversity than exists in PLCO. We plan to conduct a nested case-control study of serum PFAS levels and RCC risk within the Multiethnic Cohort (MEC). This investigation will utilize banked serum samples and accompanying covariate data available for selected participants in the MEC. The aliquoted serum samples from selected MEC participants in the MEC will be used to measure serum concentrations of eight PFAS, as well as markers of kidney function (creatinine and cystatin C). OBJECTIVE The primary objective is to select cases and controls and aliquot their serum samples as a part of a nested case-control study of serum PFAS levels and renal cell carcinoma (RCC) risk within the MEC. SCOPE The Contractor shall select cases and controls, aliquot serum samples, and prepare an analytic file that includes covariate data for the selected participants in the MEC. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS The Contractor shall perform the following tasks: Prepare a Specimen Selection and Aliquoting Plan. Select cases, controls, and quality control samples by coordinating with NCI personnel. Prepare two aliquots of serum samples for each of the selected participants (one 250�L aliquot for serum PFAS measurements and another 150�L aliquot for kidney function marker measurements). Document the aliquoted serum samples (in a MS Excel file) with the unique ID of each sample, the aliquoted volume, and the batching order. Prepare an analytic dataset that includes covariate data for each of the selected cases and controls.� Provide the NCI Contracting Officer�s Representative (COR) with copies of the Excel sample documentation files and the accompanying covariate dataset. GOVERNMENT RESPONSIBILITIES The COR will: Review the Specimen Selection and Aliquoting Plan (the Plan) prior to the specimens being accessed.� The COR will review and respond regarding approval or revisions of the Plan within 30 calendar days of receipt of the Plan. Review the sample documentation files prior to shipment of the samples to the laboratories for analysis. The COR will review and respond regarding approval or revisions of each of the files within 30 calendar days of receipt. Coordinate with the Contractor to ship the samples to the laboratories that will perform the measurements of serum PFAS levels and kidney function biomarkers. Review the covariate dataset upon receipt from the Contractor.� The COR will review and respond regarding approval or revisions of each of the files within 30 calendar days of receipt. How to Submit a Response: Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 �point font minimum)� that clearly details the ability to perform the requirements of the notice described above.� All proprietary information should be marked as such.�� Responses should include a minimum of two pages demonstrating experience over the past two years meeting the requirements of this notice.� Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern�s name and address).� Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Due Date:� Capability statements are due no later than 4:00 PM. EST on July 27, 2021. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. Written responses can be emailed to Jolomi Omatete, Contracting Officer at Jolomi.Omatete@nih.gov or mailed to the address located under Point of Contact.� All questions must be in writing and submitted via email.� A determination by the Government not to compete this 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 have valid registration and Representations and Certifications Application at www.sam.gov.� No collect calls will be accepted.� Please reference number SBSS_75N91021Q00176 all correspondence. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, an RFQ may be published.� However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Jolomi Omatete Jolomi Omatete@nih.gov 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/09ef063fc2f14116a6b41e0fb2c0b0ae/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06071234-F 20210724/210722230128 (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 |