SOLICITATION NOTICE
Q -- Procurement of Services in Support of Research Into the Mutational Landscape of Breast Cancers in African (Ghana and Kenya) and Asian studies, and of Ductal Carcinoma in situ Breast Cancers
- Notice Date
- 7/24/2021 11:27:38 AM
- Notice Type
- Presolicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- NIH NCI ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75N91021Q00049
- Response Due
- 7/30/2021 9:00:00 AM
- Archive Date
- 08/14/2021
- Point of Contact
- Renee Jones-Chuang, Phone: 2402765782, Jolomi Omatete
- E-Mail Address
-
renee.jones-chuang@nih.gov, jolomi.omatete@nih.gov
(renee.jones-chuang@nih.gov, jolomi.omatete@nih.gov)
- Description
- Specifications The National Institutes of Health (NIH), National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Trans-Divisional Research Program (TDRP) and Integrative Tumor Epidemiology Branch (ITEB) perform epidemiological research on cancer etiology and progression through integrative analyses of risk factors and tissue profiling to inform prevention and clinical strategies. As part of this research, the ITEB seeks to procure services to run a targeted sequencing gene panel on samples from several previous studies. By using these services, the ITEB anticipates they will be able to directly compare the findings of these studies to those of invasive breast tumors included in the Breast Cancer Stratification project (BCAST) organized by the Breast Cancer Association Consortium (BCAC). The main objective of the overall project is to compare results generated from this procurement to the results being generated in the larger B-CAST initiative. The results generated for this procurement must be directly comparable to the results being generated in the B-CAST initiative. Thus, this procurement seeks to use the same methodology and pipelines as used in the B-CAST initiative. Deviations from the methods and analytic pipelines used by B-CAST initiative could severely limit or prevent the comparison of results. As the BCAC has strict restrictions on participation, there are few organizations with access to the B-CAST panel. The Centro Nacional de An�lisis Gen�mico (CNAG-CRG) is the only known organization with access to the B-CAST panel and the necessary capability to run the required analysis. Details regarding the specifications for this acquisition can be found in Attachment 1 � Draft Statement of Work. Notice Information 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. This acquisition 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. 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/3659d6d7e2134ed495f6e0113742d3d8/view)
- Place of Performance
- Address: Rockville, MD 20852, USA
- Zip Code: 20852
- Country: USA
- Zip Code: 20852
- Record
- SN06072477-F 20210726/210724230105 (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 |