Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2015 FBO #4802
SOLICITATION NOTICE

Q -- MicroRNA Next generation Sequencing Services 36 Samples pancreatic Neuroendocrine Tumor Project

Notice Date
1/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC52522-24
 
Archive Date
2/13/2015
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Terry Galloway, Phone: 240-276-5384
 
E-Mail Address
kimesha.leake@nih.gov, gallowaytl@mail.nih.gov
(kimesha.leake@nih.gov, gallowaytl@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Institutes of Health (NIH), National Cancer Institute (NCI), Division of the Center for Cancer Research (CCR) Endocrine Oncology Branch (EOB) intends to procure Gene Expression Microarray Service and miRNA Next Generation Sequencing. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC52522-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-78 (December 2014) simplified procedures for commercial items. This acquisition is a 100% small business set-aside. The North American Industry Classification System code is 541380 and the standard business size is $15.0 million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement Pancreatic neuroendocrine tumor (pNET) is a rare form of pancreatic cancer. However, its incidence is continuously increasing in the US and worldwide. pNET can be divided in functioning tumors that secrete hormones such as insulin, glucagon, gastrin, VIP and Somatostatin and non-functioning tumors. Functioning tumors often get diagnosed at an earlier stage due to the symptoms induced by the hormonal secretions. Non-functioning tumors however are often diagnosed in a more advanced stage due to the lack of specific symptoms, and have a worse overall prognosis than functioning tumors. Non-functioning pNETs can occur sporadically or be part of rare genetic disorders such as Von Hippel-Lindau-Syndrome (VHL) or Multiple Endocrine Neoplasia Type 1 (MEN1). A majority of patients with VHL and MEN1 will develop pNETs in their lifetime and it remains unclear which pNET need aggressive surgical treatment and which pNETs can be observed. The aim of this project is to characterize and compare genomic abnormalities of pNETs in VHL, MEN1 and sporadic pNETs. The following tasks must be conducted on human tissue 36 RNA samples: A. Gene Expression Microarray Service 1. RNA isolation 2. RNA QC • Determine the purity and concentration of total RNA • Assess the integrity of total RNA 3. cDNA synthesis 4. Labeling 5. Array hybridization, washing, and scanning 6. Data extraction, analysis and summarization as follows: 1. All raw data files derived from the professional analysis software 2. Project summary report 3. Analysis report tables in Microsoft Excel format, including: • Raw signal and normalized data • Filtered differentially expressed genes with a user-defined fold-change threshold (usually >2 for up-regulated genes and <0.5 for down-regulated genes) • Statistics (t-test and volcano plot, not included if experimental design does not permit statistical analysis) • Box plot and scatter plot • Hierarchical clustering • Comprehensive annotation • Go and pathway analysis report for filtered differentially B. miRNA Next Generation Sequencing 1. Incoming RNA QC • Determine the purity and concentration of total RNA • Assess the integrity of total RNA 2. Sequencing library preparation 3. Cluster Generation on cBot 4. Sequencing by Illumina platform 5. Data extraction, analysis and summarization As part of the NCI's microRNA sequencing required deliverables: 1. Sample QC report 2. Usable Data in Fastq format (After filtering low-quality scored reads and trimming adapter sequences, ready for alignment) 3. Data Analysis • Summary report of sequencing reads • miRNA alignment results using the latest version of miRBase • Novel miRNA prediction • microRNA expression analysis • Filtered differentially expressed miRNAs with a user-defined fold-change threshold (usually >2 for up-regulated miRNAs and <0.5 for down-regulated miRNAs) • Statistics (t-test or DEGSeq, and volcano plot, not included if experimental design does not permit statistical analysis) • Hierarchical clustering 4. Project summary report II. Delivery: Contractor shall deliver the final results within 30 days after sample receipt to the NCI Contracting Officer's Representative (COR) via electronic email which shall be provided at award. III. Payment: Payment shall be made after delivery and acceptance of the COR. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: January 29, 2015 PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014); 52.212-2, Evaluation Commercial Items (OCT 2014): The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (DEC 2014) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2013)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (DEC 2014); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2014). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-6 Notice of Total Small Business Set-Aside FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.223-18 Policy to Ban Text Messaging while Driving FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) FAR Clause 52.232-29 Terms for financing of Purchases of Commercial Items FAR Clause 52.232-30 Installment Payments for Commercial Items Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kimesha Leake, Contract Specialist at Kimesha.Leake@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's System for Award Management (SAM) through sam.gov. Quotations must be received in the NCI-OA contracting office by 1/29/15. Please refer to solicitation number N02RC52522-24 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above by January 20, 2015. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov. Primary Point of Contact: Kimesha Leake, Contract Specialist kimesha.leake@nih.gov phone: 240-276-5669 fax: 240-276-5401 Secondary Point of Contact: Terry Galloway, Contracting Officer terry.galloway@nih.gov phone: 240-276-5384
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC52522-24/listing.html)
 
Place of Performance
Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E626, Bethesda, MD 20892, UNITED STATES, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03618156-W 20150117/150115235653-28cc7c7dc4303afcaedf4fa900003c8c (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.