|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1999 PSA#2375Department of Veterans Affairs, Acquisition Opeations Service (93A),
810 Vermont Avenue, NW, Washington, DC 20420 A -- RESEARCH & DEVELOPMENT SOL RFP 101-16-99 DUE 071399 POC Tyrone
Lassiter, Contracting Officer (202) 273-8771 E-MAIL: Click here to
contact the Contracting Officer with, tyrone.lassiter@mail.va.gov.
Request for Proposal 101-16-99 is a combined synopsis/solicitation for
commercial items for the Department of Veterans Affairs Office of
Research and Development, Veterans Health Administration, Washington,
DC, (VA) prepared in accordance with the format in FAR Subpart 12.6, as
supplemented by additional information included in this notice and
provisions and clauses through FAC 97-11. SIC 8071 applies. This
announcement constitutes the only solicitation; proposals are being
requested -- a written solicitation will NOT be issued. VA seeks two
(2) laboratories to perform the following Schedule of Services --
LABORATORY MYCOPLASMA DETERMINATION PROTOCOL -- I. BLOOD SAMPLE
COLLECTION: Thirty (30) participating medical centers will be
collecting patient whole blood specimens (three 4-cc vials/patient) in
purple-top EDTA tubes, mixed, quickly cooled with wet ice and frozen
within one hour. These frozen samples will be either sent by overnight
delivery with dry ice to the Central Laboratory, Department of
Microbiology UT Health Sciences Center 7703 Floyd Curl Drive San
Antonio, TX 78284-7758, or are to be immediately stored at -80oC until
a satisfactory number of individual patient specimens are obtained and
then mailed overnight with dry ice. Blood specimens will be coded by
location and patient identification number. All blood samples will be
sent to you from the Central Laboratory. (2 of 3 samples will be kept
at -80 C for random distribution to 2 testing laboratories for quality
control assurances, or for long-term storage. The Central Laboratory
and testing laboratories will process specific patient blood specimens
using the Chelex procedure described below for PCR assays. Once the
Chelex procedure is completed, PCR testing can be performed
immediately, or the chelex-treated specimens can be frozen at -80oC for
PCR-testing later. The remaining portion of each blood sample used in
the Chelex procedure will be immediately frozen and stored should
additional testing of an individual specimen be required due to
technical problems. Also, the Central Laboratory will provide
individual blood samples for determination of doxycycline levels by a
pharmacology testing laboratory. Each sample will require four tests,
Genus-specific 16S rRNA, M. fermentans, M. genitalium and M.
pneumoniae. It is estimated that the quality control assurance
laboratory will receive an estimated 720 samples over a 30 month period
with the largest number of samples being tested in the first 18 months.
This estimate of 720 samples is based on 20% of the initial patient
blood samples testing positive for mycoplasma species. If the percent
positive samples are greater than 20%, then the number of samples to be
tested will be reduced accordingly. This is "PER SAMPLE" contract and
offerors shall provide a unit price per "TEST SAMPLE". The estimated
number of samples to be tested shall be no more than 10 % above or
below the Government's Estimate of 720 samples. The Perry Point
Coordinating Center will provide the contract laboratory with a
"Laboratory Log Sheet Form" which shall be completed by the contract
laboratory for each sample. When the tests have been performed and
results achieved, the contractor is to complete the Laboratory Log
Sheet form and return the original to the Perry Point Coordinating
Center. Payment will be issued for all tests completed as shown on the
Laboratory Log Sheet Form received at Perry Point.. Estimated start
date of this contract is August 1, 1999. II. CHELEX PROCEDURE-FORENSIC
DNA PREPARATION (DNA PURIFICATION AND PREPARATION FROM WHOLE BLOOD):
[1] Add 50 ml of whole blood to 1 ml of autoclaved nanopure water in an
autoclaved 1.5 ml microcentrifuge tube. Mix by inverting several times.
Incubate 20 min on a platform mixer. [2] Centrifuge at 12,000 x g for
2 min in microfuge at room temperature. [3] Carefully remove all
supernatant by aspiration with an aerosol barrier tip. [4] Add 1 ml of
autoclaved nanopure water to pellet, mix gently, let stand for 20 min,
and then centrifuge at 12,000 x g for 2 min as above. [5] Carefully
remove all but 20-30 ml of supernatant with a barrier pipette tip. Do
not disturb pellet. [6] Add 200 ml of Chelex (Bio-Rad Catalogue
#732-6030) to pellet and incubate at 56oC for 20 min. (Chelex should be
placed on magnetic stirrer at moderate speed while obtaining 200 ml
aliquot in order to maintain suspension). [7] Vortex at high speed for
10 sec, and then place tube in boiling water bath or 100 C heat block
for 10 min. [8] Vortex at high speed for 10 sec, and then centrifuge
at 12,000 x g for 2 min as above. [9] Use supernatant to set up PCR
procedures. Freeze remaining sample for future use. III. MYCOPLASMA
SPECIES PCR (FOR USE WITH SPECIFIC PRIMERS FOR M. FERMENTANS, M.
GENITALIUM, AND M. PNEUMONIAE.) (A) Preparation of PCR master mix (for
20 reactions): [1] Add 100 ml of Perkin Elmer Amplitaq buffer
containing MgCl. [2] Add 80 ml of mixed Perkin Elmer dNTPs (0.2mM
each). [3] Add 20 ml Triton X-100 (1:20 dil in H2O). [4] Add 10 ml of
each primer (equal amounts of forward and reverse primers; 100
pmoles/ml each). [5] Add 10 ml H2O. [6] Add 10 ml AmpliTaq Gold enzyme
(Perkin-Elmer, Catalogue # N808-0240). (B) PCR SET-UP: [1] For each
sample add 12 ml master mix and 38 ml Chelex-prepared DNA. [2] Set up
positive and negative controls. Negative controls contain 12 ml master
mix and 38 ml H2O. Positive controls contain 12 ml master mix and 37
ml H2O (then add 1 ml of appropriate DNA concentration in separate
lab). Run 1fg, 1pg and 1 ng amounts of positive control DNA. [3] Mix
samples by inversion and briefly centrifuge to bring all contents to
bottom of tube. [4] Place in thermocycler and run Gulf War Program. (C)
GULF WAR PROGRAM FOR THERMOCYCLER FOR USE WITH ALL PRIMER SETS: [1]
Hold samples 12 min at 95oC.[2] Denature at 95oC for 1 min. [3] Anneal
at 60oC for 1 min. [4] Extend at 72oC for 1 min. [5] Return to step 2
for 39 times. [6] Hold at 72oC for 10 min. [7] Hold at 4oC until ready
to run gel. At this point samples can also be frozen for later use. IV.
ANALYSIS OF PCR PRODUCT: (A) Electrophoresis [1] Prepare1% agarose gel
with 1X TAE buffer. [2] Run 18 ml of PCR product with 2 ml 10X loading
buffer for each sample. [3] Photograph gel and transfer to nylon
membrane.(B) Gel transfer to nylon membrane. [1] Denature gel in 100 ml
of 0.5 M NaOH and incubate by rocking 45 min. [2] Neutralize gel in 100
ml of 1 M Tris-HCl (pH 8) and incubate by rocking for 45 minutes. [3]
Transfer gel to 400 ml of 10X SSC in a tray, with a glass plate above
it with two ends of blotter paper (wet with 10X SSC) extending on
either side of the glass tray. Lay gel facedown on blotter paper and
smooth out bubbles. Lay piece of Nytran membrane previously wetted with
water on top of the gel and again smooth out bubbles. Place a stack of
absorbent paper on top of Nytran membrane, then place a weight on top
and leave overnight. (C) Hybridization [1] Prehybridize membrane at
50oC overnight in 6X SSC, 0.2% SDS, 5X Denhardt's solution and 100mg/ml
denatured salmon sperm DNA. [2] Hybridize for 3 days (typically,
overnight should be sufficient) at 50oC in 5X SSC, 0.2% SDS, 5X
Denhardt's solution, 100 mg/ml denatured salmon sperm DNA, and 106 CPM
of freshly labeled oligo probe. (D) Oligonucleotide 5 -end labeling
[1] Add 38 ml H20 to a microcentrifuge tube.[2] Add 5 ml 10X
One-Phor-All Buffer. [3] Add 1 ml oligo (50pmoles/ml solution). [4] Add
1 ml T4 kinase (8-10 units, Pharmacia Catalogue # E70031Y). [5] Add 5
ml gamma-32P ATP. [6] Incubate 1 hour at 37oC. [7] Use spin column
(Boehringer Mannheim Catalogue # 1 522 981) to purify by centrifugation
at 1,100 x g for 2 min in clinical centrifuge. [8] Discard collected
liquid, add probe to top of column, centrifuge at 1,100 x g for 4 min,
and collect purified probe in collection tube. (E) Washing filter
after hybridization [1] Discard hybridization solution and wash with
100 ml (6X SSC, 0.1% SDS) for 3 min. [2] For the next wash use 100 ml
(2X SSC, 0.1% SDS) at 42oC for 20 min. [3] Repeat the last washing
step. [4] Remove membrane and dry. [5] Expose to X-ray film for 8 days
at -80oC. [6] Develop film and evaluate results. V. MYCOPLASMA GENUS
SPECIFIC 16S PCR* {1} Prepare master mix for number of samples and
controls to be run as determined by the following amounts per test
sample or control. [5 ml Gibco PCR buffer] [1.75 ml 10mM dNTP's] [2ml
50mM MgCl] [0.5 ml Taq (Gibco Catalogue # 18038-042)] [0.25 ml GP01
primer (100pmoles/ml)] [0.25 ml MGSO primer (100pmoles/ml)] [0.25 ml
H2O] <*This assay may be replaced by PCR using Perkin-Elmer AmpliTaq
Gold system described above under Section III; preliminary assays are
being performed to determine comparative detection sensitivities.>
{2} Add 10 ml master mix and 40 ml Chelex sample for each sample. Add
10 ml master mix and 40 ml H2O for negative control. Add 10 ml of
master mix, 39 ml of H2O, and 1ml of appropriate concentration of
positive control DNA. {3} Place in thermocycler and run program
described above in PCR procedure. {4} Remove samples when program is
completed. {5} Follow steps to analyze PCR products described above
under section IV. VI. PCR PRECAUTIONS AGAINST CONTAMINATION -- {1} Set
up Chelex procedure, PCR, and PCR analysis in separate rooms. {2}All
tubes and reagents should be prepared in an area outside of laboratory
where mycoplasma work is performed. {3}Change gloves often, especially
between Chelex procedure, PCR, and PCR analysis. {4}Use separate
aerosol barrier tips for each addition of reagent, until PCR has been
completed. Do not pipette up and down. Mix by inversion or stirring
with the barrier tip. {5} Before setting up PCR in PCR room, turn on UV
light 3-4 hours earlier. {6} Before setting up PCR in PCR room, wipe
bench area with 1M HCl to destroy contaminating DNA that might be
present. {7}Add all positive controls in separate room from PCR room.
VII. PRIMER SETS & PROBES FOR GULF WAR PCR: [16 S primers and probe
{GPO1-primer ACTCCTACGGGAGGCAGCAGTA}{MGSO primer
TGCACCATCTGTCACTCTGTTAACCTC}{Uni-probe TAATCCTGTTTGCTCCCCAC} Expected
product size 710 bp] [M. fermentens insertion sequence primers and
probe {RW004 primer GGACTATTGTCTAAACAATTTCCC}{RW005 primer
GGTTATTCGATTTCTAAATCGCCT}{RW006 probe GCTGTGGCCATTCTCTTCTACGTT}
Expected product size 205 bp] [M. genitalium primers and probe {MgPa-1
primer AGTTGATGAAACCTTAACCCCTTGG}{ MgPa-2 primer
CCGTTGAGGGGTTTTCCATTTTTGC}{MgPa-3 probe
GACCATCAAGGTATTTCTCAACAGC}Expected product size 280 bp] [M. pneumoniae
primers and probe {MP5-1 primer GAAGCTTATGGTACAGGTTGG}{MP5-2 primer
ATTACCATCCTTGTTGTAAGG}{MP5-3 probe CGTAAGCTATCAGCTACATGGAGG} Expected
product size 144 bp] The Contractor agrees to comply with the following
incorporated provisions and clauses in effect through FAC 97-11 and are
applicable to this solicitation: 52.212-1 Instruction to Offerors --
Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3
Offeror Representations and Certifications-Commercial Items (to be
completed and included with offer); 52.212-4 Contract Terms and
Conditions-Commercial Items; 52.212-5-Contract Terms and Conditions
Required to Implement Statutes on Executive Orders-Commercial Items and
Y2K Warranty Clause. All responsible sources submitting cost and
technical proposals on their company letterhead or bid form. Technical
capabilities of the contractor will be considered equal to price
proposals to determine "best value" for the Government. Technical
proposals must furnish detailed data and information concerning the
technical capability of the contractor to perform the services.
Technical Proposals will be evaluated both for minimum technical
acceptability and for the purpose of determining quality differences
between competing proposals. The following technical factors will be
evaluated and are equal in weight. [1] Past Performance: Past
performance will be evaluated in the following areas: timeliness;
problem responsiveness; quality of services; technical capability, &
cooperativeness. In order to be found acceptable the offeror must
demonstrate an acceptable level of satisfaction in each of the stated
areas. [2] Corporate Capability -- the following areas relate to
corporate capability and are equal in importance. (a) Resources and
revenue to deliver competent performance in an effective and economic
manner; (b) Technical expertise [3] Management Plan -- offeror's shall
submit information to demonstrate the soundness of its management
approach. Soundness of approach means that which conforms to the
requirements of the solicitation; is inherently logical, efficient, and
effective; and poses minimal risk to the Government. EVALUATION OF
PRICE PROPOSALS -- Price proposals will be evaluated both to determine
price realism and price reasonableness, and to establish the total
evaluated price for each offeror. Price realism will be evaluated to
ensure that proposed unit prices for test to be performed, reflect an
understanding of the work required for competent performance of the
contract. Price proposals determined to be unrealistic in terms of
technical commitment or unrealistically low in cost or price will be
deemed reflective of an inherent lack of technical competenceor
indicative of failure to comprehend the complexity and risk of the
contract requirements and may be grounds for the rejection of the
proposal. Price proposals will be evaluated to ensure that proposed
unit prices are in concert both with industry standards for the
relevant geographic areas and with prices in predecessor contracts, and
are not excessive in comparison to such standards and contracts. The
Government may award a contract based on initial offers received,
without discussion of such offers. Accordingly, each initial offer
should be submitted on the most favorable price and technical terms
that the offeror can submit to the Government. Offerors shall identify
all proposal packages by writing the solicitation number on each
document. Proposals are due no later than 2:00 p.m. EST, 7/13/99, and
shall be addressed to the CO listed in this ad. FAXED requests will be
accepted at (202)273-7458. Posted 06/23/99 (W-SN346069). (0174) Loren Data Corp. http://www.ld.com (SYN# 0011 19990625\A-0011.SOL)
A - Research and Development Index Page
|
|