Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

B -- Measurement of LINE1 sequences in genomic data from Renal Cancer Cases (RCC) enrolled in the Central and Eastern European renal cancer Case-Control Study (CEERCC) and controls in the Prostate, Lung, Colorectal and Ovarian (PLCO) cancer trial

Notice Date
9/3/2010
 
Notice Type
Presolicitation
 
NAICS
621511 — Medical 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, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-100230-AV
 
Archive Date
9/25/2010
 
Point of Contact
Ashley L. Virts,
 
E-Mail Address
virtsa@mail.nih.gov
(virtsa@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Occupational and Environmental Epidemiology Branch (OEEB), plans to procure services to measure LINE1 sequences in genomic data from Renal Cancer Cases (RCC) enrolled in the Central and Eastern European renal cancer Case-Control Study (CEERCC) and controls in the Prostate, Lung, Colorectal and Ovarian (PLCO) cancer trial. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial acquisitions. The North American Industry Classification System Code is 621511 and the business size standard is $12.5M. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance for this procurement shall be for twelve months from date of award. The NCI Division of Cancer Epidemiology and Genetics is currently investigating the relationship between methylation among cases prior to diagnosis, to determine if the methylation changes observed in post-diagnostically collected samples in the CEERCC study occurred prior to, or as a result of cancer development. The studies will allow the laboratory to explore genomic instability and genome-wide methylation as an independent risk factor for cancer development in two well-defined populations with high quality information on covariates necessary to identify potential confounding variables and risk modifiers. Furthermore, the opportunity to evaluate these biomarkers in DNA from pre-diagnostically collected blood samples among cases and healthy controls will reduce biases that cannot be eliminated in case-control studies. The Government shall ship the 906 DNA samples (500 ug extracted from whole blood or buffy coat) in one batch to the Contractor immediately following the date of award. The samples will be shipped overnight and stored at -20°C. The contractor shall complete the following tasks upon receipt of the samples: 1. Bisulfate conversion on all 906 samples using the Zymogen Research EZ® kit. 2. Bisulfite treated DNA shall be PCR amplified within the LINE1 elements from nucleotides n149 through 493. 3. Pyrosequencing technology shall determine the exact sequence of the LINE1 element after bisulfate conversion. 4. Global methylation levels will be quantitated at four CpG sites determined by comparing test DNA to human methylation control DNA provided by the Contractor. 5. Percent of methylation shall be expressed for each DNA locus as percent 5-methyl cytosine (5MeC) divided by the sum of methylated and unmethylated cytosines. Each sample shall be run in triplicate. The bisulfite conversion reaction for each sample shall be determined by quantifying the peak height at two loci known to contain only unmethylated cytosines. 6. Provide quality control samples for at least 5% of each plate analyzed. 7. If samples fail to sequence, re-amplification at no additional charge to the government shall be completed at least two times if sufficient bisulfite treated DNA or genomic DNA is available or can be provided to the Contractor by the Government. 8. Provide results to the NCI Contracting Officer's Technical Representative (COTR) in tabular format to include all chromatograms and sequencing traces. Potential offerors may request a copy of the solicitation from Ashley Virts, Contract Specialist via electronic mail at virtsa@mail.nih.gov or fax (301) 402-4513 by September 10, 2010 11 AM EST. Interested parties shall include the name of company; complete mailing address; point of contacts, phone, fax numbers, and email address; company DUNS number and business size. All questions shall be in writing and addressed to the Contract Specialist noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA). Reference: RFQ-NCI-100202-AV on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-100230-AV/listing.html)
 
Record
SN02267531-W 20100905/100903235014-a0c948942ffdf4c125be908fc9a257d5 (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.