SOLICITATION NOTICE
B -- BioChemistry Testing
- Notice Date
- 7/23/2009
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB-(HG)-2009-235-TMB
- Archive Date
- 8/13/2009
- Point of Contact
- Tracy Brooks, Phone: (301) 435-0369, Joanna M. Magginas, Phone: (301) 435-0360
- E-Mail Address
-
brookstr@nhlbi.nih.gov, Magginaj@nhlbi.nih.gov
(brookstr@nhlbi.nih.gov, Magginaj@nhlbi.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOLE / SINGLE SOURCE, NON-COMPETITIVE NOTICE. This notice of intent is not a request for competitive proposals. This sole / single source, non-competitive notice is prepared in accordance FAR Parts 5 and 13. This notice of intent is not a request for competitive proposals. FAR Part 6 – Competition Requirements, is not applicable to contracts awarded using the simplified acquisition procedures of FAR Part 13, not expected to exceed the simplified acquisition threshold. This announcement constitutes the only notice; proposals are not being requested and a written solicitation will not be issued. The resultant acquisition will be conducted in accordance with FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-34. The total estimated amount of this contract is NOT expected to exceed the simplified acquisition threshold of $100,000.00. The proposed period of performance for this requirement is August 1, 2009 - January 31, 2010. The intended procurement will be classified under North American Industry Classification System code 541380 with size standard of $12 Million. THE NATIONAL INSTITUTES OF HEALTH (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA) for the National Human Genome Research Institute (NHGRI) intends to negotiate and award a purchase order on a sole source noncompetitive basis to Bio Analytical Research Corporation (BARC),5 Delaware Drive, Lake Success, NY 11042 for the services as outlined below: Background Information: The Center for Research on Genomics and Global Health (CRGGH) Laboratory has conducted large-scale genetic epidemiology studies globally for several years. As part of these studies the lab has acquired over 5,000 blood samples for large-scale genomic projects on the genetics of common complex diseases including obesity, hypertension and diabetes. The present project is to measure serum level of clinical markers such glucose, uric acid, insulin, lipids, renal function markers is necessary to accurately determine and characterize the markers used to group study participants base on specific phenotype or disease. If this project is not concluded, there will be a risk of not having a complete data set to successfully conduct ongoing genetic epidemiology investigations. Currently the group is analyzing genotype-phenotype associations in about 3,000 African Americans and 2,000 West Africans; however, number of participants in the data set has at least two or more missing clinical markers. The missing values are reducing the quality of the data set and BARC services are needed to measure these markers in timely manner for the completeness of the data analyses and publications in hold at the moment. Purpose and Objectives: CRGGH intends to use the services from the vendor to carry out biochemical assays that include key markers such as fasting glucose, fasting insulin, triglycerides, HDL-cholesterol, LDL-cholesterol and uric acid. These markers are necessary not only to properly characterize the samples in studies but also to serve as defined quantitative phenotypes in the studies conducted by the center. One of the center’s objectives is to understand the association between clinical biomarkers and genetic variations. Contractor Requirements: The vendor will perform testing within 5 business days of receipt of samples. The samples are to be received by the vendor in IATA650 compliant shipping materials and stored on-site at -70 C until testing and for a period of 3 months after testing should retesting be required. Serum or plasma samples should be frozen after separation from the whole blood and kept frozen during transportation. Government Responsibilities: The Government is responsible of retrieving and shipping the samples to the vendor and provide the vendor with furnished data, property and facilities. Also, responsible for reviewing and approving reports and similar matters generated. All results will be provided to the NIH via data transfer upon completion of testing. No government furnished equipment is required to perform the study. Samples and associate sample documentation (sample 10 numbers, descriptions) is provided to the vendor. Government authorized personnel will be required to review the label information prior to finalization. Reporting Requirements and Deliverables: The vendor will itemize all progress, management, financial and fiscal or other reporting requirements and the frequency of their generation, or specific dates when due. The deliverable from the vendor is to provide a database containing all the measured tests. Program Management and Control Requirements: BARC has in place Standard Operation Procedures (SOP’s), worksheets, and batch records to record all manipulations. Analyzer calibrations are performed in compliance with these SOP's. Inspection and Acceptance Requirements: Thawed samples will be reported to the lab and tested. Sample runs are accepted based on Quality Control (QC) checks and if re-testing is required, it will be communicated to CRGGH. The final results are to be inspected and accepted by the Government. The sole source determination is based on the fact that the Center for Research on Genomics and Global Health (CRGGH) is utilizing thelaboratory of Bio Analytical Research Corporation (BARC) because their facility uses the same biochemical assay that our center has used on all previous samples. This is important to alleviate inter-assay variations. Using the same procedure will also ensure that we can merge the new data on 3,000 persons with existing data on over 4,000 persons. In addition to being very cost effective, using BARC will ensure direct interpretation of lab findings and will reduced scientific issues that will surely arise during the process of peer review for publication. This is so because, using different lab procedures is likely to introduce differences that may not be easily detectable and may lead to wrong scientific conclusion. Therefore, an award to any other source is not feasible or practical. The contract will be awarded using the simplified acquisition procedures of FAR Part 13 - Simplified Acquisition Procedures, therefore the requirements of FAR Part 6 - Competitive Requirements are not applicable (FAR Part 6.001). Interested parties may identify their interest and capability to respond to the requirement or submit a response. This notice of intent is not a request for competitive proposals. Responses to this announcement, referencing synopsis number NHLBI-PB-(HG)-2009-235-TMB may be submitted to the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, Attention: Tracy Brooks. Responses may be submitted electronically to brookstr@nhlbi.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. Responses are due July 29, 2009 at 7:30am Eastern Standard Time. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HG)-2009-235-TMB/listing.html)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01885436-W 20090725/090724000445-a7cf2abdf080f028ee5e85ff561695e6 (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 |