Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
MODIFICATION

B -- Weight Loss Maintenance Trial (WLM),

Notice Date
9/20/2006
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-60189-NG
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Point of Contact
Malinda Holdcraft, Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513, - Renita Smith, Contract Specialist, Phone 301-496-8612, Fax 301-480-0241,
 
E-Mail Address
holdcram@exchange.nih.gov, rs442i@nih.gov
 
Description
The National Cancer Institute (NCI) Division of Cancer Epidemiology and Genetics (DCEG) plans to procure on a sole source basis in accordance with 13.501(a)(1) and 13.106-1(b)(2), services from the USC Obstetricians and GYN, 1640 Marengo Street, Los Angeles, CA 90033 to measure sex hormones on stored serum samples collected from postmenopausal women, currently participating in the Weight Loss Maintenance Trial (WLM), an existing multi-center National Heart Lung and Blood Institute (NHLBI) funded study. The supplies and services herein are being procured in accordance with FAR Part 12 with the authority to use simplified acquisition procedures as authorized by FAR Part 13.5. The North American Industry Classification System code is 541380 and the business size standard is $11M. The purpose of this requisition is to provide analysis of 1,060 patient serum samples from participants of the Weight Loss Maintenance Trial (WML) already collected, to measure sex hormones, for example, estrone, total and free estradiol, total and free testosterone, androstenedione, and dehydroepiandrosterone-sulfate, and sex hormone binding globulin. These participants are postmenopausal women who are not taking hormone replacement. The analysis of the serum samples for this contract is ancillary to the WLM. Period of performance shall be for one year from date of award. USC shall measure Estrone (E1), total and free estradiol (E2), total and free testosterone (T), androstenedione (A), DHEA-S, and SHBG on the stored samples: WLM baseline and randomization. Serum levels of A, T, E1 and E2 will be measured using radioimmunoassays (RIAs) {Lobo, 1981; Goebelsmann, 1973; Goebelsmann, 1979}. Prior to RIA, steroids will be extracted from serum with hexane:ethyl acetate. A and T shall be separated by Celite column partition chromatography using increasing concentrations of toluene in trimethylpentane. E1 and E2 shall be separated in a similar fashion by use of ethyl acetate in trimethylpentane. Free T is calculated using total T and SHBG concentrations, and an assumed constant for albumin in a validated algorithm {Sodergard, 1982;Vermeulen, 1999 }. Free E2 is calculated in a similar manner. DHEAS will be measured by a direct competitive chemiluminescent immunoassay, and SHBG and FSH are measured by direct chemiluminescent immunometric assay on the Immulite analyzer (Diagnostic Products Corporation, Inglewood, CA). All analysis must be performed by one laboratory, in order to maintain consistency of data and mitigate contamination of samples. USC Obstetricians and GYN is the only source known to the NCI that can measure all serum analytes in the same laboratory (multiple laboratories would be required to measure all analytes) to achieve uninterrupted research data for the Weight Loss Maintenance Trail (WLM). It is also necessary that these results be comparable with the measurement of sex hormones provided by USC Obstetricians and GYN, in previous breast cancer studies (separate contract). This notice is not a request for competitive quotation. However, if any interested party believes it can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party has the capabilities, resources and personnel to perform the requirement. Capability statements must be received in the contracting office by 1:00 PM EDT, on September 25, 2006. For further information please contact Malinda Holdcraft, Contract Specialist via electronic mail at holdcram@exchange.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. No collect calls will be accepted. No faxed or emailed capability statements will be accepted. In order to receive an award, contractors must be registered in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA). Reference NCI-60189-NG.
 
Place of Performance
Address: California
Zip Code: 90033
Country: UNITED STATES
 
Record
SN01149204-W 20060922/060920220230 (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.