Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2024 SAM #8132
SOURCES SOUGHT

Q -- Small Business Sources Sought: Biospecimen CORE Resource

Notice Date
3/1/2024 10:43:40 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NIH NCI Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NCI-SBSS-PCPSB-00010-39
 
Response Due
3/29/2024 1:00:00 PM
 
Archive Date
04/13/2024
 
Point of Contact
WILKISON, PAULA A, Phone: 2402767386
 
E-Mail Address
paula.wilkison@nih.gov
(paula.wilkison@nih.gov)
 
Description
SMALL BUSINESS SOURCES SOUGHT NOTICE Notice Number: HHS-NIH-NCI-SBSS-PCPSB-00010-39 Title:� Biospecimen CORE Resource This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The NAICS code for this requirement is 541380 � Testing Laboratories and Services which has a size standard of $19.0M. Background: The Center for Cancer Genomics (CCG) conducts genomics studies on biospecimens from patients in clinical trials and from other source sites using many of the components in The Cancer Genome Atlas (TCGA) infrastructure.� These components include one or more Tissue Source Site (TSS), Biospecimen Processing Center (BPC), Clinical Data Center (CDC), CCG Biorepository and Archive (CBA), Genome Characterization Center (GCC), Genomic Data Analysis Center (GDAC), and Genomic Data Commons (GDC). �The CCG Biospecimen Processing Center (BPC) will support an expanding list of genomics studies as directed by the CCG Leadership and National Cancer Institute (NCI) Contracting Officer�s Representative (COR). Purpose and Objectives: This requirement encompasses two Task Areas, as described below: Task Area A:� Biospecimen Processing Center (BPC) Services: The purpose of Task Area A is to provide biospecimen receipt, processing to molecular analyte, and distribution services for an expanding list of National Cancer Institute (NCI)-supported genomics projects. The Contractor shall have the capability or the ability to procure and provide services for other molecular testing and pathology services. Tasks for Task Area A include: 1)�� Biospecimen and Associated Data Procurement 2)�� Biospecimen Management and Biorepository Operations 3)�� Biospecimen Quality Control 4)�� Biospecimen Processing into Molecular Analytes 5)�� Informatics and Data Delivery 6)�� Other BPC-related Services 7)�� Transition Activities�� Task Area B:� CCG Biorepository and Archive (CBA) Services The purpose of Task Area B is to provide long-term biorepository and biospecimen archive services for an expanding list of CCG-supported genomics projects.� Tasks for Task Area B include: 1)�� Biospecimen and Associated Data Receipt and Storage 2)�� Biospecimen Management and Biorepository Operations 3)�� Biospecimen and Analyte Distribution Tasks that are applicable to both Task Area A and Task Area B include: 1)�� Use of Standard Operating Procedures (SOPs) 2)�� Meetings and Communication 3)�� Section 508 Project Requirements: A copy of the draft Statement of Work (SOW) pertaining to this requirement, which is subject to revisions, is attached to this notice. Anticipated Period of Performance: It is anticipated that an Indefinite Delivery/Indefinite Quantity type contract with a period of performance of five (5) years will be awarded.� The anticipated start date is September 1, 2025.� A single award is anticipated. Capability Statement/Information Sought: Respondents must be qualified and present a capability statement that speaks to all requirements set forth in the Statement of Work.� The Capability Statement will be evaluated based on the information provided in relation to the project requirements and the current capability and capacity to: 1) perform the work described in the attached draft Statement of Work; 2) demonstrate staff education, training, experience, expertise, and knowledge; 3) provide evidence of prior completed projects and Government contracts of a similar nature; 4) demonstrate corporate experience; 5) demonstrate management capability; and 6) provide evidence of the necessary computer systems infrastructure. Instructions for Submission of Capability Statements: 1.� �Information Submission Instructions: Interested qualified small business organizations should submit a tailored capability statement, not to exceed 15 total single-spaced pages, including all attachments (using a 12-point font size at a minimum), that clearly details the firms� ability to perform and that addresses the specific requirements described above and in the draft Statement of Work (SOW). Please provide your UEI number, organization name, address, point of contact, including names, titles, addresses, telephone, fax numbers, email addresses, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code (541380). 2.� �Delivery Point: All capability statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via email) to Paula Wilkison, Contracting Officer, at paula.wilkison@nih.gov either in MS Word, or Adobe Portable Document Format (PDF). The email subject line must specify the notice number, HHS-NIH-NCI-SBSS-PCPSB-00010-39. Facsimile and telephone responses will not be accepted. 3.� �Due Date/Time for Submission: Electronically submitted tailored capability statements are due no later than March 29, 2024 4:00PM Eastern Time. Capability statements received after that date and time will not be considered for purposes of this market research. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. �Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. �Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. �After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM.gov. �However, responses to this notice will not be considered adequate responses to a solicitation. � CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eea49b76a56f48d9b3096725dc41f3a9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06983630-F 20240303/240301230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.