|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1999 PSA#2294DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014 Q -- DEVELOPMENT OF PROBE BASED ASSAYS SOL DAMD17-99-R-0013 DUE 031299
POC Contract Specialist, Sherrie D. Walters, 301-619-2346; Contracting
Officer, Raegon B. Clutz, 301-619-2395 (Site Code DAMD17) E-MAIL:
sherrie.walters@amedd.army.mil, sherrie.walters@amedd.army.mil. The US
Army Medical Research Acquisition Activity intends to acquire services
in the development of probe based assays for the detection of early
activation of macrophages and dendritic cells at the US Army Medical
Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, MD.
Base year is projected to be 01 Apr 99 thru 31 Mar 00. The potential
for one-year option period exists if the Government elects to exercise
the option. This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. This is a
request for proposal (RFP) and the solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-10. This is not set-a-side for small
businesses. The contractor shall develop and optimize nucleic acid
purification and RT-PCR procedures that will allow for the sensitive
and specific detection of diagnostic transcription products from
activated macrophages/monocytes/dendtitic cells (M/DC). mRNA will be
converted to a single-stranded cDNA using an oligo dT primer and
reverse transcriptase. This cDNA will be used as a template in a PCR
that employs target-specific primers. The contractor will design
oligonucleotides for biomarker-specific nucleic acids amplification and
detection. The primers will be designed so that they amplify products
between 200 and 400 base pairs for each molecule. Single-tube RNA=PCR
protocol will also be developed. Since the template materials are
likely to be in limiting quantities, experiments will be carried out to
test the feasibility of multiplexing the primers so that multiple
target molecules can be tested in each reaction. Initially, the
products will be evaluated by gel electrophoresis (exploiting
differences in the size of the PCR products from the different
templates), Southern blot analysis or by chemiluminesence hybridization
of labeled PCR products to detection arrays. Target sequences may
include any of the following molecules that have altered transcription
after activation in M or DC: TNF, IL-1, IL-6, MIF, Class II (CD74),
IL-12, IL-10, IFNg, CD11b, CDw12, CD13, CD16, CD17, CD23, CD25, CD26,
CD31, CD32, CD33, CD35, CD40, CD49a/b/d/e, CD54, CD55, CD58, CD59,
CD63, CD64, CD68, CD69, CD71, CD80, CD81, CD86, CD87, CD88, CD89, CD91,
CD93, CD100, CD102, CD105, CD106, CD017a/b or Cdw119. The contractor
may recommend additional biomarkers as appropriate. PCR conditions will
be adapted to devices and detection systems developed under DARPA grant
N652369815414 to Cepheid, Sunnyvale, CA. Adapt the assays to a
multiplex or array platform. Multiplex assays or array platforms will
allow parallel detection of at least 5 biomarkers. The government will
provide scientific and technical expertise as necessary for handling
biological samples and appropriate guidelines for assay development.
Some tasks may require the use of government equipment located at
USAMRIID. Access to government laboratories will be coordinated with
the contracting officer representative and the Chief, Diagnostic
Systems Division, USAMRIID, 1425 Porter Street, Fort Detrick, MD 21702.
Within two weeks following the start of the contract the contractor
shall provide a detailed work plan. A payment equal to 20% of the
contract cost will be made at this time. Every 90 days, after the start
of the contract, a report will be submitted. A payment equal to 20% of
the contract cost will be made after submission of each report. A
comprehensive final report will be submitted within 45 days after the
end of the contract. The final report will detail all procedures for
efficient extraction of nucleic acids from cells contained in
respiratory tract lavage fluids, nasal swabs or blood. The technical
data reported will include primer and probe sequences, PCR/RT-PCR
amplification and detection procedures for at least five biomarkers and
multiplex or array PCR/RT-PCR procedure for at least 5 biomarkers and
the administration of multiplexing with miniature analyical
instruments. The final report will summarize the last 90 days of work,
present detailed protocols and any other important reagent
descriptions or assay parameters. A payment equal to 20% of the
contract cost will be made upon an acceptable satisfactory final
report. The Government shall receive these reports no later than five
(5) working days following the period being reported. Reports shall be
sent to: Dr. Sofi Ibrahim, Diagnostic Systems Division, USAMRIID, 1425
Porter Street, Fort Detrick, MD 21702, with a copy forwarded to the
contracting office. The Government cannot prescribe the number of
assays necessary to perform the total effort. The contractor shall have
to make decisions of the number of assays that need to be performed as
the work ensues in order to develop the reports. FAR 52.212-1,
Instructions to Offerors-Commerical Items (Oct 1995) is hereby
incorporated by reference. 52.212-2 Evaluation-Commercial Items: The
Government will award a contract resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation will
be most advantageous, representing the best value to the Government
price and other factors considered. The following factors shall be used
to evaluate offers: Evaluation will be based on (1) Technical
capability of the services offered to meet the Government need. The
offeror shall demonstrate a thorough understanding of the intent, scope
and requirements of the proposal (2) Personnel Qualification. The
principal investigator shall have a doctoral degree with at least ten
(10) years of experience in immunology, molecular biology and
infectious disease research. Resumes for all personnel shall include
information on education and training, relevant past experience, and
other special qualifications to perform tasks designed in the proposal.
(3) Past Performance. The offeror shall identify at least two Federal,
State, local or private contracts for which the offeror has performed
work similar to the SOW in this solicitation. This list is due on the
established receipt date of proposals, and (4) Price. Factors are
listed in their relative order of importance. Each offeror must (1)
submit an offer which includes an original and one (1) copy of the
proposed price and (2) an original and three (3) copies of your
technical proposal providing written information pertaining to your
capability to perform the required services and shall encompass all the
evaluation factors, excluding price, within it. Technical factors are
more important than price but, if two or more offer's are determined to
be virtually technically equal, the award decision will revert to
price. Offerors are reminded to include a completed copy of the
provision at 52.212-3 Offeror Representation and
Certification-Commercial Items. A copy of this clause can be obtained
through the Internet at www- usamraa.army.mil/ or by contacting the
contract specialist. Thefollowing clauses are hereby incorporated into
this solicitation: 52.212-4 Contract Terms and Conditions-Commercial
Items (Aug 1996), Clause 52.212-5 Contract Terms and Conditions
Required to Implement Statues or Executive Orders Commercial Items (Aug
1996). Clauses that apply: 52.203-10, 52.219-8, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-21, 52.222-41, 52.222- 42, 52.217-9.
Option to Extend the Term of the Contract (May 1989). Proposals,
technical proposals and source lists are due on 12 Mar 1999 at 2:00 PM
EST to USAMRAA, Attn: MCMR-AAA-S, 820 Chandler Street, Fort Detrick,
MD 21702-5014, Sherrie D. Walters, Contract Specialist, 301-619- Posted
03/01/99 (A-SN303122). (0060) Loren Data Corp. http://www.ld.com (SYN# 0075 19990303\Q-0001.SOL)
Q - Medical Services Index Page
|
|