|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 A -- TYPE-SPECIFIC HPV DNA TESTING SOL RFQ80226-NS DUE 092198 POC
Patricia Haun (301) 402-4509 The National Cancer Institute (NCI) plans
to procure tests for type-specific HPV DNA on 6,000 cervical specimens
in accordance with the simplified acquisition procedures authorized in
FAR Part 13. This announcement constitutes a combined
synopsis/solicitation, and a separate written solicitation will not be
issued. The solicitation includes all applicable provisions and
clauses in effect through FAR FAC 97-05. The Standard Industrial
Classification Code is 8733 and the business size standard is $5.0
million. However, this requirement is not set-aside for small
businesses. A. Background The NCI Division of Cancer Epidemiology and
Genetics is currently conducting a randomized clinical trial of women
diagnosed with cytologically confirmed low-grade squamous
intraepithelial lesions of the cervix and atypical squamous cells of
unknown significance to determine optimal management of women with
these lesions. As part of this study, about 6,000 cervical specimens
will be collected from study participants for type-specific human
papillomavirus (HPV) DNA testing using highly sensitive PCR methods.
The cervical specimens will be collected using a dacron swab and stored
in Standard Transport Medium (STM; Digene Corporation). The Government
will be responsible for appropriately batching and shipping up to
6,000 specimens to the testing contractor over a period of 12 months.
Up to 5% of the 6,000 specimens will be blind duplicate specimens.
Testing will be performed with the HPV DNA strip test recently
developed at Roche Molecular Systems of Alameda, CA., and the
Government will provide the testing contractor with the testing strips,
master mix, primers, and strip detection reagents. B. Requirements The
purpose of this procurement is to obtain tests for type-specific HPV
DNA on 6,000 cervical specimens stored in STM. The contractor shall be
responsible for (1) receiving and storing the specimens furnished by
NCI at -700C, (2) testing the specimens using the PCR-based testing
strips described above, and (3) reporting the HPV type-specific assay
results to the NCI Project Officer once every two months in Excel or
another suitable computer format. The HPV type-specific assay results
shall be reported to NCI in a semi-quantitative scale. Applicable
beta-globin amplification results shall also be reported for each
specimen tested, and testing dates and batch numbers shall be reported
in a consistent fashion. The computer format and data elements used in
reporting must be approved by the NCI Project Officer. The contractor
may bill NCI for increments of 600 or more completed assays, at the per
assay rate, as the testing is completed and the results are reported to
NCI. While NCI plans to ship all 6,000 specimens to the contractor
within 12 months following award, the period of performance of this
procurement will be 18 months to ensure that the contractor has time to
receive, test, and report on all of the specimens. NCI shall retain the
right to all data derived from the procurement. C. Experience Offers
must demonstrateexperience conducting type-specific HPV DNA testing
using the strip test technology developed by Roche Molecular Systems.
They must also demonstrate their capability to test up to 6,000
specimens within a period of 18 month using strict quality control
procedures in the testing. D. Provisions and Clauses The solicitation
incorporates the NCI REPRESENTATIONS, CERTIFICATIONS, AND OTHER
STATEMENTS OF OFFERORS OR QUOTERS (SIMPLIFIED ACQUISITIONS). The award
document will incorporate the requirements of the clause at FAR
52.213-4, TERMS AND CONDITIONS -- SIMPLIFIED ACQUISITIONS. Full text
copies of these documents may be obtained from Patricia Haun on (301)
402-4509 or by fax on (301) 402-4513. E. 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 performing the testing, quality control,
logging, and tracking of individual specimens, keying individual
results, and reporting results to NCI will satisfy the solicitation
requirements; (2) experience and capability of personnel in performing
type-specific HPV DNA typing of cervical cells using PCR-based assays
including the strip test, and in tracking specimens, documenting
reproducibility of results, and recording results for this and/or other
types of testing projects; (3) corporate capability and experience in
performing large-scale testing projects, with emphasis on type-specific
HPV DNA testing using the PCR-based strip test; and (4) adequacy and
availability of facilities and equipment to perform the work. The
evaluation criteria will be assigned the following relative weights:
(1) 40%; (2) 40%; (3) 10%; and (4) 10%. F. Offers Offers must be
submitted on an SF-18 that is signed by an authorized epresentative of
the offeror and includes a completed "Schedule of Offered
Supplies/Services." The offer should include a fixed-price for
performing testing and related responsibilities on up to 6,000
specimens. Offers must be accompanied by a completed and signed NCI
REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR
QUOTERS (SIMPLIFIED ACQUISITIONS). Offers must also be accompanied by
a technical proposal that includes materials demonstrating that the
offeror has the capability and experience specified in this
announcement. Offers and related materials must be received in this
office by 3:00 pm EST on September 21, 1998. No collect calls will be
accepted. Please cite the solicitation number, RFQ 80226, on your
offer. Posted 09/02/98 (W-SN245048). (0245) Loren Data Corp. http://www.ld.com (SYN# 0004 19980904\A-0004.SOL)
A - Research and Development Index Page
|
|