|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 B -- EXTRACTION AND CHEMICAL ANALYSIS OF DUST SAMPLES FOR CONDUCTING
A MULTI-CENTER CASE CONTOL STUDY OF RISK FACTORS FOR NON-HODGKIN'S
LYMPHOMA (NHL) SOL RFQ-NCI-80160-NV POC Debbie Moore, Purchasing Agent
301/402-4509, Todd Cole, Contracting Officer 301/402-4509 This is a
combined synopsis/solicitation for commercial items, prepared in
accordance with the 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. RFQ-NCI-80160-NV will include all
applicable provisions and clauses in effect through FAR FAC 97-04. The
acquisition is being made in accordance with the test program for
using simplified procedures for certain commercial items authorized in
FAR 13.6. The solicitation is not set-aside for small businesses.
However the Standard Industrial Classification Code is 3826 and the
business size standard is 500 employees. BACKGROUND: The Epidemiology
and Biostatistics Program (EBP), National Cancer Institute (NCI), is
conducting a multicenter case-control study of risk factors for
non-Hodgkin's lymphoma (NHL). A total of 2,400 subjects will
participate, 600 from each of four areas served by NCI's Surveillance,
Epidemiology, and End Results (SEER) centers (Los Angeles, Detroit,
Iowa, and Seattle). Carpet dust samples will be collected from the
homes of about 1,800 study participants over a period of about 30
months, and 1,200 of these samples will be analyzed for pesticides,
polynuclear aromatic hydrocarbons (PAHs), and polychlorinated biphenyls
(PCBs). NCI is searching for a laboratory to receive, sieve, and store
the dust samples, and to determine the concentrations of pesticides,
PAHs, and PCBs in 1,200 samples. Because there is no standard method
for analyzing carpet dust samples for these constituents, and because
methods differ among laboratories, it is essential that the work be
performed by a single laboratory. This will assure that all study
subjects' exposures are assessed on an equivalent basis, which is
crucial to the integrity of the relative risk analysis. I. BASE PERIOD:
The base period will begin in October 1998 and end in September 1999.
During this period, we anticipate that 975 to 1,075 samples will be
collected. To collect the dust samples, SEER center interviewers will
visit the subject's home and remove the used bag from the subject's
vacuum cleaner. The interviewer will place the used bag in a sealable
plastic bag labelled with a bar code containing the subject's study
identification number. The sealed bag will be placed in a styrofoam
container. The sample will be shipped to the Contractor laboratory in
these styrofoam containers. Batching of samples is unlikely. The
styrofoam container will contain a form with the sample's bar code
(which the laboratory shall have the capability to scan), the date the
sample was collected, and the date the styrofoam container was shipped
to the laboratory. Prior to shipment, the interviewer will FAX the form
to the laboratory to inform the laboratory to expect the shipment. Upon
receipt of the shipment, the laboratory shall sign and date the
enclosed form and FAX it to NCI's Coordinating Center. If the container
is not received when expected, the laboratory shall call the
Coordinating Center. The laboratory shall sieve the dust, retaining
only the fine fraction (<150um), and store enough of the fine
fraction for subsequent extractions, chemical analyses, and quality
control procedures, plus an additional 10g (if available). Dust that is
not retained for storage may be discarded. It is not necessary to sieve
all of the dust in the used bag; the laboratory may sample portions of
unsieved dust from different locations in the used bag such that the
dust retained for sieving and storage is representative of the entire
contents of the bag. The sieved samples shall be labelled and stored in
an appropriate container at 4 degrees Centigrade (or cooler). The
laboratory shall conduct extractions and chemical analyses of 400
samples to be identified by NCI between November 1998 and September
1999. The results shall be available no later than six weeks after the
specific samples to be analyzed are identified by NCI. The laboratory
shall determine the concentrations of the following constituents in
the carpet dust samples: alachlor, aldrin, atrazine, bendiocarb,
carbaryl, alpha-chlordane, gamma-chlordane, chlorpyrifos, 2,4-D,
dacthal, p,p'-DDE, p,p'-DDT, diazinon, dicamba, dichlorvos, dicofol,
dieldrin, heptachlor, lindane (gamma-BHC), malathion, MCPA,
methoxychlor, pentachlorophenol, cis-permethrin, trans- permethrin,
ortho-phenylphenol, propoxur, 2,4,5-T, benz(a)anthracene,
benzo(b)fluoranthene, benzo(k)fluoranthene, benzo(ghi)perylene,
benzo(a)pyrene, chrysene, coronene, dibenz(a,h)anthracene,
dibenzo(a,e)pyrene, indeno(1,2,3-cd)pyrene, PCB 105, PCB 126, PCB 138,
PCB 153, PCB 170, and PCB 180. (A small number of analytes might be
added later, but only if they have no effect on cost.) To accomplish
this, the laboratory shall conduct two extractions per sample (one for
neutral extractable analytes and one for acid extractable analytes),
and the extracts shall be analyzed using gas chromatography/mass
spectrometry (GC/MS). The analytical methods shall have the capability
of detecting constituent levels on the order of 0.10 ug per g of dust
for most analytes. For quality assurance purposes, the laboratory
shall add recovery surrogates appropriate to cover the range of
analytes to each sample prior to extraction, and shall add appropriate
internal reference standards to extracts for identification and
quantitation prior to analysis. In addition, the laboratory shall
extract and analyze duplicate aliqouts of 10% of the dust samples, and
the precision shall be 50% or better. Finally, the laboratory shall
analyze duplicate aliquots of 10% of the extracts, and the precision
shall be 20% or better. The laboratory shall report the results of the
analyses to NCI's Coordinating Center electronicallly on a monthly
basis using a diskette or modem. SUMMARY OF BASE PERIOD: Period of
performance: 10/98 to 9/99 (12 months); Receive, sieve, and store
samples: 975 to 1,075 samples; Neutral extraction and chemical
analyses: 400 samples + 20 duplicates = 420 samples; Acid extraction
and chemical analyses: 400 samples + 20 duplicates = 420 samples;
Chemical analysis of duplicate extracts: 20 neutral extracts + 20 acid
extracts = 40 extracts; Shipping: None. II. OPTION PERIODS: The
laboratory shall receive, sieve, store, extract, and analyze additional
samples, using the procedures described above, during each of the two
option periods. At the end of the Option 2 period, all stored dust
samples shall be shipped to a repository in the Washington, D.C.
metropolitan area, the specific location of which will be designated by
the NCI Project Officer 60 days prior to the end of the contract. The
number of samples and specific tasks corresponding to each option
period are as follows: OPTION 1: Period of performance: 10/99 to 9/00
(12 months); Receive, sieve, and store samples: 650 to 725 samples;
Neutral extraction and chemical analyses: 400 samples + 20 duplicates
= 420 samples; Acid extraction and chemical analyses: 400 samples + 20
duplicates = 420 samples; Chemical analysis of duplicate extracts: 20
neutral extracts + 20 acid extracts = 40; extracts; Shipping: None.
OPTION 2 Period of performance: 10/00 to 9/01 (12 months); Receive,
sieve, and store samples: 78 to 86 samples; Neutral extraction and
chemical analyses: 400 samples + 20 duplicates = 420 samples; Acid
extraction and chemical analyses: 400 samples + 20 duplicates = 420
samples; Chemical analysis of duplicate extracts: 20 neutral extracts
+ 20 acid extracts = 40 extracts; Shipping: 1,703 to 1,886 samples.
PRICING: Pricing for this work shall be based on unit costs for five
separate tasks: (1) receiving, sieving, and storing the dust samples;
(2) extraction and GC/MS analysis for neutral extractable analytes,
including quality control and reporting of results to NCI's
Coordinating Center; (3) extraction and GC/MS analysis for acid
extractable analytes, including quality control and reporting of
results to NCI's Coordinating Center; (4) GC/MS analysis of duplicate
extracts for quality control purposes; and (5) shipping of samples to
repository. EVALUATION CRITERIA: The technical portion of quotations
will receive paramount consideration in selecting a vendor. However,
price will also be a significant factor in the event that two or more
vendors are determined to be essentially equal following the evaluation
of technical factors. In any event, the Government reserves the right
to make award to the vendor whose offer provides the greatest overall
value to the Government. Offers will be evaluated based on the
following technical criteria: (1) Demonstration that proposed
techniques for conducting extractions and analyses will meet the
required detection capability and precision; (2) Experience in
analyzing carpet dust samples for the full range of analytes
identified, at the specified analytic detection limits; (3) Experience
in analyzing carpet dust samples in a large-scale study with a
comparable number of samples; and (4) Experience and qualifications of
personnel. Interested offerors shall contact Debbie Moore for a
MANDATORY Schedule of Work Elements for the Base and Option periods.
PHONE: (301)-402-4509, FAX: (301)-402-4513. The Schedule of Work
Elements must be fully completed and included with any offer that is to
be considered. Offerors must provide a proposal, any descriptive
literature, warranties, and/or other materials that demonstrate that
their offer meets the foregoing requirements. The contract will be
awarded to the responsible offeror with the lowest-price offer that
fully meets the requirements of the solicitation. This solicitation
incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO
OFFERORS-COMMERCIAL ITEMS, and at FAR 52.212-3, OFFEROR REPRESENTATIONS
AND CERTIFICATIONS -- COMMERCIAL ITEMS. The latter provision includes
the DUNS Number Addendum. The resulting contract will incorporate the
requirements of the clause at FAR 52.212-4, CONTRACT TERMS AND
CONDITIONS -- COMMERCIAL ITEMS, and the requirements contained in
paragraphs (a) and (d) of the clause at FAR 52.212-5, CONTRACT TERMS
AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS --
COMMERCIAL ITEMS -- DEVIATION FOR SIMPLIFIED ACQUISITIONS. The contract
will also incorporate the following FAR clauses cited in paragraphs (b)
and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR
52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA
VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS;
and FAR 52.222.37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND
VETERANS OF VIETNAM ERA. Offers are due 30 days after the publication
date of this notice at 3:00 p.m. EST. Facsimile submission is not
authorized. Offers must be in writing and should be submitted as
follows: (1) one original and two copies of a completed SF 1449, signed
by an individual authorized to bind the organization; (2) a Schedule of
Offered Supplies/Services containing pricing for the system being
offered, published price lists (if applicable), and a delivery
schedule; (3) completed Representations and
Certifications—Commercial Items, with DUNS Number addendum; (4)
a proposal and any descriptive literature indicating that the offer
meets the stated requirements; (5) acknowledgment of amendments, if
any. The Representations and Certifications must be signed by an
authorized representative of the offeror. Full text copies of the
Representations and Certifications or other cited provisions and
clauses may be obtained from Debbie Moore, Purchasing Agent, on (301)
402-4509 or by fax on (301) 402-4513. Offers and related materials must
be submitted to Debbie Moore at the listed address. Offers that fail to
furnish the required information or reject the terms and conditions of
the solicitation may be excluded from consideration. Please cite the
solicitation number on your offer. (0174) Loren Data Corp. http://www.ld.com (SYN# 0011 19980625\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|