Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

B -- Proteomic Sampling

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive Room 1B59, Bethesda, MD, 20892
 
ZIP Code
20892
 
Solicitation Number
RFQ-60029
 
Response Due
6/6/2006
 
Description
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 solicitation number is 60029 and solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. This is not a small business set-aside. The National Institute on Drug Abuse on behalf of the National Institute of Neurological Disorders and Stroke has a requirement for proteomic typing. The Neuro-immunology Branch of the Division of Intramural Program (DIR) at the NINDS, NIH is conducting a proteomics study of specimens derived from a multi-center clinical trial with goals to identify protein markers of multiple sclerosis (MS). Proteomic techniques aimed at biomarker discovery have been centered on identification of differentially expressed proteins following gel or liquid chromatographic separation. The candidate biomarker is then evaluated by immunoassay for population-wide sensitivity and specificity at detection. This two step approach is proven to be effective and has been greatly enhanced by the sequencing of the human genome and concomitant improvements in mass spectroscopy. However, a significant number of the biomarkers initially identified using this approach will fail in the population studies. 2D-gel analysis has been the proteomic tool of choice, with systems now routinely analyzing 10s of gels simultaneously. However, in addition to the need for high-throughput, there is a tremendous need for improved ability to mine the full depth of the proteome. Methodology that can accommodate higher-throughput with the ability to observe high volume of protein events are needed to advance clinical proteomics. Currently, many systems that couple robotic handling of samples in the front-end to a MALDI-TOF mass spectrometer can fulfill this need. This work entails the serum protein profiling and protein identification of samples from multiple sclerosis (MS) patients and controls obtained from a large multicenter trial (BioMS) designed to identify candidate biomarkers in MS. An examination of abundant and less abundant proteins will be required using high-throughput, selective affinity approaches using high-resolution MALDI-TOF (Bruker ClinProt UltraFlex? MALDI-TOF/TOF preferred). All samples will be examined both as whole proteins and as trypsinized protein samples. Identification of differentially expressed proteins from samples is desired. All data will be mined and analyzed using appropriate bioinformatics tools. Both raw and analyzed data will be delivered in a specified format and within time frames listed below. 1). The facility must be equipped with high resolution of MALDI-TOF (Bruker ClinProt UltraFlex? MALDI-TOF/TOF preferred) and have an established track record in clinical proteomics with peer-reviewed journal publications in this area. 2). An initial pilot study (study 1) with approximately 150-200 samples will be performed. Within 30 days of receipt of the initial study 1 samples, profile spectra (at least one spectrum per sample) will be delivered to the Principal Investigator. 3). A larger more comprehensive study (study 2) will involve all the baseline data and will include approximately 600-800 patient samples and approximately 200 control samples. For study 2 the contractor will provide both profile raw spectra and protein identifications (i.e. approximate mass/charge values if not protein function/name identification) of those proteins that distinguish patients from healthy controls. 4). In addition, a patient only study (study 3) may be initiated of a before and after taking drugs comparison to include a maximum of 600-800 patients at two time points (i.e. 1200-1600 total samples). Within 120 days of receipt of samples for study 2 or study 3, profile spectra will be delivered to the PI. For study 3 the goal will be to identify what protein expression is associated with positive or negative response to the drug regimens. 5). All samples will be distributed to the facility from a central sample repository site. The facility must have the ability to track the specimens related information (specimen ID, date received, amount used, remaining amount, storage location, etc.) received from the sample distribution center and allows the PI to query samples and create reports. As described in the previous section, the first set of results must be submitted to the PI within 30 days of receipt of the initial study 1 samples (150-200 samples) with profile spectra (at least one spectrum per sample) and an analysis of the data. The second and third sets of results are to be submitted to the PI within 120 days of receipt of each set of samples and again, with raw profile spectra and an analysis of the data. The proposal must include the cost per sample that includes personnel, disposable and re-usable supplies, instrumentation cost and facility overhead. In addition, a summary of the proposed instrumentation, brief description of analytical methodology (both samples and data) and publication list must be included. The performance period for this contract is from June 15, 2006 to September 30, 2006 for study 1 and October 1, 2006 to May 31, 2008 for study 2 and 3. The provisions at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, is applicable. Specific evaluation criteria (1) ability to meet the technical requirements within the stated study timelines (2) ability to provide the facilities and personnel required by the scope of work and (3) past performance including publications. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The quotations are due June 6, 2006 3:00 PM EST and will be submitted to Susan A. Nsangou, Contracting Officer, 31 Center Drive, Room 1B59, Bethesda, Maryland 20892. One original and two copies will be submitted to the Contracting Officer at the stated address.
 
Place of Performance
Address: Bethesda, Maryland
 
Record
SN01057095-W 20060527/060525220502 (fbodaily.com)
 
Source
FedBizOpps 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.