SOLICITATION NOTICE
H -- Defining molecular subtypes of lymphoma for relevance to survival, etiology and diagnosis
- Notice Date
- 8/16/2007
- Notice Type
- Solicitation Notice
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-NCI-70132-NV
- Response Due
- 8/30/2007
- Archive Date
- 9/14/2007
- Description
- The National Cancer Institute (NCI) Division of Cancer Epidemiology and Genetics (DCEG), Hormonal and Reproductive Epidemiology Branch (HREB) plans to procure on a sole source basis, in accordance with 13.106-1(b)(1), with the University of Iowa, 200 Hawkins Drive, 6229 Roy Carver Pavilion, Iowa City, Iowa 52242-1009; services to identify the molecular subtypes of DLBCL, CLL/SLL, and follicular lymphoma by conducting immunohistochemical staining for BCL2 for the DLBCL cases, ZAP70 for the CLL/SLL cases and CD68 and FOXP3 for the follicular lymphoma cases. Human lymphoid malignancies include numerous subtypes currently defined by morphologic, immunophenotypic, genotypic, and clinical features, with wide variability in prognosis both among and within lymphoma subtypes. In recent years, gene expression profiling has strongly suggested that molecularly distinct disease entities with divergent clinical behavior exist within the current diagnostic categories. Translation of these findings from the laboratory to the clinic requires a combination of development of routine assays (e.g., flow cytometry, immunohistochemistry) and large, population-based studies to establish the molecular subtypes of lymphoma with true prognostic significance. By combining these advances in molecular pathology with population-based epidemiologic research, it will be possible to find the distinct risk factor profiles for a clinically relevant molecular subtype. Molecular subtypes have been identified for each of the three most common histologic types of lymphoma, which together account for approximately two-thirds of all lymphomas: diffuse large B-cell lymphoma (DLBCL; 30%), follicular lymphoma (25%), and chronic lymphocytic leukemia/small lymphocytic lymphoma (CLL/SLL, 12%). The University of Iowa shall identify the molecular subtypes of DLBCL, CLL/SLL, and follicular lymphoma in the NCI-SEER study, a large, population-based case?control study recently conducted in the US, and evaluate the importance of these subtypes for prognosis and etiology. The immunohistochemical staining for CD10, BCL-6, and MUM1 for the DLBCL have already been completed under a previous contract. In this project the contractor shall conduct immunohistochemical staining for BCL2 for the DLBCL cases (N=273, plus 30 blinded duplicates), ZAP70 for the CLL/SLL cases (N=93, plus 20 blinded duplicates), and CD68 and FOXP3 for the follicular lymphoma cases (N=234, plus 20 blinded duplicates). Performance period shall be for one year from date of award. To maintain continuity in an on-going research project and avoid introducing new variables into the project, it is of critical importance that the immunostaining procedures be conducted in the same laboratory so that there is no intra-laboratory variation in the staining of the tissue slides or interpretation of the results. Assuring no intra-laboratory variation is essential to allow comparability of new immunostaining results to that of the previous stains and to maintain validity of the overall evaluation of all immunostaining results. This is not a solicitation for competitive quotations. However, if any interested party believes it can provide the above service, without introducing new variables into an ongoing research experiment 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 can perform the requirement. An original and one copy of the capability statements must be received in the contracting office by 1:00 p.m. EDT, on August __, 2007. Faxed and emailed capability statements are NOT authorized. All questions must be in writing and can be faxed to (301) 402-4513 or emailed to dm170b@nih.gov. It is the vendor's responsibility to call (301) 402-4509 to verify questions have been received. 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 from the NCI contractors must be registered in the Online Representations and Certifications Applications (ORCA). Please refer to http://orca.bpn.gov in order to register. In addition, contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov. No collect calls will be accepted. NAICS 541380. Size Standard $11M.
- Record
- SN01374685-W 20070818/070816220628 (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 |