Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2004 FBO #1075
SOURCES SOUGHT

Q -- Analysis of Cytokines from Human and Mouse samples

Notice Date
11/3/2004
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFI-NCI-50004-NG
 
Response Due
12/1/2004
 
Archive Date
12/16/2004
 
Description
This sources sought announcement for the National Cancer Institute, Center for Cancer Research is seeking market information on businesses/laboratories capable of providing Analysis of Cytokines from Human and Mouse Samples, including those that define T helper 1 and T helper 2 cells and a proinflammatory response. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. NO SOLICITATION PACKAGE IS AVAILABLE AT THIS TIME. The applicable NAICS code is 621511 and the Size Standard is $11.5 million average annual receipt for the preceding three fiscal years. Responses to this announcement are solicited to identify the analysis services available for cytokines and to determine the commercial market pricing structure for these services. Any information provided is strictly FOR INFORMATION ONLY to assist the NCI/ NIH in formulating a specific requirement for all NIH researchers. Based on expertise and the variety of services provided, it is possible that more than one award may be made from any future solicitation. Introduction: The National Institutes of Health (NIH) is interested in laboratories that provide a standardized, sensitive analysis of secreted cytokine gene expression in both sera and tissue culture supernatants. Samples will originate from multiple investigators encompassing all twenty-seven (27) NIH Centers and/or Institutes. The two major class of cytokines for which analysis is required include 1) the cytokines characterizing a T cell TH1/TH2 response and 2) cytokines whose expression is consistent with a proinflammatory response. Contractors should be capable of providing the following requirements: (a) (1) The TH1/TH2 cytokine set must include but is not limited to Interferon-gamma, IL-2, IL-4, IL-5, IL-10, IL-13. Contractors should include information on other cytokine sets their laboratory may provide. (2) The procedure for this analysis may include, but is not limited to, bead or fluorescence based assays. Contractors shall include information on the type of analysis they are capable of providing. Include any information on other types of approaches that your laboratory provides. Please be sure to include commercial market pricing which indicates whether the pricing for each set or combinations, the pricing for bead and/or fluorescence based assays, (b) (1) State whether your laboratory is capable of analyzing proinflammatory cytokine set for human samples to include, but not limited to TNFalpha, IL-1 beta, IL-6, IL-8, IL-10, IL-12 (p70), IL-12 (p40). Include information on other cytokine sets your laboratory may provide. (2) The proinflammatory cytokine set for mouse samples must include but is not limited to TNFalpha, IL-1 beta, IL-6, IL-10, IL-12 (p70), IL-12 (p40). Include information on other cytokine sets your laboratory may provide. (3) State whether your laboratory is capable of doing this procedure by bead or fluorescence based assays or both. Include any information on other types of approaches or procedures that your laboratory provides. (c) State whether cytokines are offered as one analysis or as multiple sets of cytokines. Please provide your commercial price list for each. (To be used For Information Only in order to determine proposed pricing structure), (d) State your laboratories minimum sensitivity level. The assays should have a minimum sensitivity of 20 pg/ml or greater for the cytokines with a dynamic range of at least 2 logs. If your laboratory cannot meet this sensitivity - please state your laboratories minimum sensitivity level. (e) State how often assay results fall outside the dynamic range of an assay. Should assay results fall outside of the dynamic range of the assay, the contractor may be required to analyze additional assays. Is there an additional charge to process additional assays if the results are outside the dynamic range of an assay? (f) What other cytokines does your laboratory analyze? (g) (1) Is your laboratory capable of handling samples provided by multiple NIH investigators spanning all twenty-seven (27) Centers/Institutes and from numerous geographical locations - including but not limited to: Bethesda, MD; Frederick, MD; Rockville, MD; Baltimore, MD; Research Triangle Park, NC; Washington, DC. (h) Is your laboratory capable of invoicing each request for analysis separately? May include several hundred requests from as many NIH researchers. (i) There shall be no minimal number or maximal number of samples from any one investigator, (j) What is the minimum number of samples your laboratory can process? What is the maximum? (k). Indicate whether your laboratory is also capable of analysis of assays from non-human primates and rats. Initially samples will be from mouse or human sources. (l) (1) Provide information regarding your laboratories turn-around time for analysis of assays. Assays should be performed within 7 working days of sample receipt, but no later than 10 working days of sample receipt and held for 3 working days following delivery of the initial assay data. (2) If an assay must be repeated what is your laboratories processing time? The contractor should have the capacity to repeat any assays within 3 working days of data submission if requested by the individual scientist. (3) Does your laboratory have the capability to repeat assays within 24 hours on stored, unfrozen samples? (m) State whether your laboratory has the capability to provide data electronically to each individual investigator. The data should include the raw data, calculated cytokine levels and standard curves for each assay. (n) (1) What sample sizes are required by your laboratory? Samples are expected to be provided frozen in a minimum volume of 50 ul. (2) Does your laboratory have the capability to process samples at 4C? Does your laboratory have the capability to process these samples within 24 hours of receipt? (o) What are your laboratories quality control procedures? Is your laboratory capable of providing quality control measures, including but not limited to documentation of the reagent lots utilized for assay standardization and the results of assay standardization tests. Is your laboratory capable of archiving this information for comparison of assay reproducibility over time. Capability Statements should include: (1) A description of the organizations experience in cytokine analysis, (2) Educational background and experience of its staff as well as the knowledge of the methods and techniques. Interested contractors shall also provide: (1) List of equipment to be used and capability to handle a project of this magnitude, (2) Provide documentation showing your previous experience providing similar services, (3) Provide documentation showing if your laboratory is CLIA certified.(Note: CLIA certification is not a requirement for this contract). Responses must reference Request for Information (RFI) number RFI-NCI-50004-NG and include the following: (1) Name and Address of the Organization, (2) Type of business (i.e. small business, disadvantaged, women-owned, veteran-owned etc), (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (6) Contractors capability statement addressing the issues listed above, (7) List of organizations to whom cytokine analysis services have been previously provided to include contract number, dollar value, name and phone number of contracting officer. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENT WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS December 1, 2004.
 
Record
SN00703093-W 20041105/041103211728 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.