Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
DOCUMENT

Q -- LAB TEST (GENOM) PURCHASE ORDER - Attachment

Notice Date
12/16/2011
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24612Q0230
 
Response Due
1/6/2012
 
Archive Date
3/6/2012
 
Point of Contact
Nakaura Yusuf
 
E-Mail Address
8-7126<br
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs (VA) Health Services Research & Development (HSR&D), Durham VAMC 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 and a written solicitation will not be issued. The requirement will be issued by Department of Veteran Affairs, Medical Center, Durham, North Carolina (VAMC Durham). This combined synopsis/solicitation serves as a request for quote (RFQ) for lab services. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-54. The associated North American Industrial Classification System (NAICS) for this requirement is 621511. SCHEDULE OF SERVICES: ItemDescriptionQtyUnit PriceTotal Price CLIN 0001Genomic Testing163$__________$___________ CLIN 0002Storage136$__________$___________ Total$__________$___________ 1.0SCOPE OF WORK CLIN 0001: The vendor shall provide all necessary services and materials to supply extraction, genotype testing, and storage up to 3 years for approximately 163 samples CLIN 0002: Extraction and storage for up to 3 years for approximately 136 samples. VA Durham will provide to the vendor a lavender-topped EDTA tube drawn, containing a minimum of 1mL of whole blood for each patient. No patient information is required for genetic testing. Samples will not contain any identifiers that will enable patient identification. Each sample will be labeled with a randomly assigned study number; only the VAMC study staff will have access to the key linking patient identifiers to the study number. Upon arrival at the laboratory, a test development number (TD#) will be assigned to each sample, enabling the tracking of each sample through the DNA extraction, and testing processes within the laboratory. The test development and the VA study numbers will be linked throughout the study. As testing is completed, a "Research Only" report will be written for each sample. The genotypic findings for the specified SNPS within the KCNJ11, PPARG and TCF7L2 genes will be denoted for each sample. 2.0PERFORMANCE DETAILS DNA will be extracted from patient samples (EDTA anti-coagulated peripheral blood), and genetic testing will be performed for intervention participants on three genes related to diabetes (KNCJ11, PPARG, and TCF7L2). Each gene contains a single nucleotide polymorphism (SNP) of interest that will be genotyped to determine the alleles present. Through the use of an allelic discrimination assay, the genotype for specific single nucleotide polymorphisms (SNP) in three genes related to diabetes (KNCJ11, PPARG, and TCF7L2) can be determined. Each sample will have DNA extracted using a magnetic bead based automated technique, producing 100uL of purified DNA. The DNA from participants randomized to the intervention group will then undergo genotyping for the desired SNPs in the specified diabetic related genes (KCNJ11, PPARG and TCF7L2). Any extracted DNA not used for testing will be stored until the completion of the study. Testing of study samples will be done using the allelic discrimination assay. Testing will be batched once a week, with a maximum turnaround time of 10 business days. SNPs to be genotyped in each gene: KCNJ11:Rs5219 PPARG: Rs1801282 TCF7L2: Rs7903146 2.1. PERFORMANCE PERIOD The performance period is estimated to be a twelve (12) month period. 2.2 PLACE OF PERFORMANCE Tasks under this Scope of Work (SOW) shall be performed at the vendor's facilities. 2.3 GOVERNMENT RESOURCES No access to government resources will be provided, including but not limited to equipment, computers, staffing assistance, space and instruments. 3.0 NATURE OF WORK AND REIMBURSEMENT 3.1 TASKS The vendor will provide: Task 1. Genomic DNA testing for risk of T2DM, comprising: sample preparation, transport, DNA extraction, genotyping of markers in KNCJ11, PPARG, and TCF7L2 genes and results reporting. Task 2. SNP Genotyping for KCNJ11, PPARG and TCF7L2 and results reporting. Task 3. Temporary storage of samples for up to 2 years and returned to the Department of Veteran Affairs upon request. TASK SUMMARY DESCRIPTIONDELIVERABLES DEADLINE TASK 1DEVELOP GENOMIC TEST FOR TYPE 2 DIABETES RISK AND RESULTS REPORTINGDATE OF AWARD TASK 2DNA EXTRACTION AND GENOTYPIC TESTING AND RESULTS REPORTING10 DAY TURN AROUND TASK 3TEMPORARY STORAGE OF SAMPLES. SITE APPROVED BY GOVERNMENT 3.3 EVALUATION CRITERIA 1.Performing laboratory tests for clinical or research purposes, thereby demonstrating awareness of laboratory and research regulations; 2. Demonstrated level of expertise and qualifications sufficient to perform clinical and genetic risk assessment analyses for T2DM; 3.Access to a CLIA- and CAP-certified, high-complexity clinical laboratory which can develop a genomic test for Type 2 diabetes risk that uses the following genes: KNCJ11, PPARG, and TCF7L2; 4.Geographically located in close proximity (<20 miles) to the Durham VAMC to facilitate collaboration and efficient and effective oversight, monitoring, and close management; 5.Demonstrated preparedness to immediately execute the PO with minimal modifications. Note that FAR Part 13 Simplified Acquisitions Procedures; 13 procedures will be used. A Contractor may be eliminated from consideration for a without further exchanges if its technical and/or pricing quotes are not among those Contractors considered most advantageous to the Government based on a best value determination. PRICE: The techniques and procedures described under FAR 12.209, Price Analysis, will be the primary means of assessing Proposal reasonableness. The Government will evaluate proposed prices to determine whether prices are realistic for the work to be performed; reflect a clear understanding of the requirements, and are consistent with the various elements of the offeror's mission capability Proposal. Price analysis techniques may include a comparison of proposed prices received in response to the solicitation competitive range will be established by the Contracting Officer utilizing price related factors, fair market prices, comparison with other contract prices for similar services, and/or a comparison of proposed prices with the independent Government cost estimate. The Government intends to establish award without exchanges with contractors. Consequently, Contractors are highly encouraged to offer their best technical and pricing quotes in their initial submissions. However, the Government reserves the right to discuss submissions with any or all contractors submitting a technical and price quote, if it is determined advantageous to the Government to do so. This statement is not to be construed to mean that the Government is obligated to conduct exchanges. 3.4 TYPE OF REIMBURSEMENT Payment to the Contractor will be based on the number of samples successfully processed with accurate testing. These charges will be accumulated, and billed on a monthly basis. 4.0CONTRACT COMPLIANCE MONITORING The Administrative Officer for Health Services Research & Development (HSR&D) will be the Contracting Officer's Technical Representative for this order. Performance will be monitored based on the amount of data received (i.e., the number of samples processed). Additionally, the Principal Investigators involved with the HSR&D-funded research project will analyze the data received and confirm its validity in accordance with research project protocol. 5.0 ORDER ADMINITRATION a. The services specified in the Sections entitled Schedule of Supplies/Services and Special Contract Requirements may be changed by written modification to this contract. b. Other necessary personnel for the operation of the services contracted for at the VA will be provided by the VA at levels mutually agreed upon which are compatible with the safety of the patient and personnel and with quality medical care programming. c. The services to be performed by the contractor will be performed in accordance with VA policies and procedures and the regulations of the medical staff by laws of the VA facility. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items. a)52.224-1 Privacy Act Notification b)52.224-2 Privacy Act c)52.227-17 Rights of Data d)852.203-70 Commercial Advertising e)852.237-70 Contractor Responsibilities f)852.273-76 Electronic Invoice Submission g)52.212-3 Offeror Representations and Certifications. Please include a completed form or complete at https://orca.bpn.gov/ 52.212-4 Contract Terms and Conditions h)52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Copies of the reference provision and clause may be obtained at: FAR http://arnet.gov/far VAAR http://www.va.gov/oamm/oa/ars/policyreg/vaar/ Because the synopsis and solicitation are contained in a single document, it is not necessary to publicize a separate synopsis 15 days before the issuance of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24612Q0230/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-12-Q-0230 VA246-12-Q-0230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282237&FileName=VA246-12-Q-0230-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=282237&FileName=VA246-12-Q-0230-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02640832-W 20111218/111216234327-09d30a9f3dfff4296539c002f2cedb1d (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.