|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13,1999 PSA#2494National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 B -- SPECIAL STUIDES AND ANALYSIS-NOT R&D SOL RFQ-NCI-00028 DUE 122799
POC Cynthia Brown, Purchasing Agent, 301-402-4509, Todd Cole,
Contracting Officer  The National Cancer Institute, Clinical
Genetics Branch (CGB), Division of Cancer Epidemiology and Genetics is
engaged in an ongoing clinical genetics study of hereditary
breast/ovarian cancer. CGB has a need to obtain complete sequencing of
the two breast/ovarian cancer susceptibility genes known as BRCA1 and
BRCA2 as part of this project. This requirement will be done 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 97-14. The Standard Industrial
Classification Code is 8071 and the business size standard is $5.0
million. However, this requirement is set-aside for small businesses.
BACKGROUND: Samples were derived from individuals who are members of
families in which these two cancers have occurred with unusual
frequency. This study is part of a comprehensive, multidisciplinary,
intramural research program within DCEG's Human Genetics Program which
is focused upon elucidation of the entire spectrum of scientific and
clinical issues related to familial and hereditary forms of cancer. The
objective is to gain further insight into the mechanisms and clinical
consequences of identifying BRCA1 and BRCA2 mutations in members of
families prone to breast and ovarian cancer. The specific objective is
to obtain full genetic sequencing of the BRCA1 and BRCA2 genes from
DNA samples provided by 80 high-risk family members. REQUIREMENTS: 1)
Receive coded DNA samples from CGB investigators for genetic analysis.
The Contractor will be blinded to any identifying information
pertaining to the individual from whom these specimens were derived and
will be prohibited from seeking any such information. The samples will
be anonymous. 2) Aliquots of patient DNA shall be subjected to
polymerase chain reaction (PCR) amplification (35 reactions for BRCA1;
47 reactions for BRCA2). 3) The amplified products shall each be
sequenced in forward and reverse directions using fluorescent
dye-labeled sequencing primers. 4)Chromatographic tracings of each
amplicon shall be analyzed by means of automated, computer-based review
followed by manual/visual inspection and confirmation. 5) Genetic
variants shall be detected by comparison with a consensus wild-type
sequence constructed for each gene (i.e., BRCA1 and BRCA2). 6.
Potential genetic variants shall be independently confirmed by a single
replication of the PCR amplification of the indicated gene region(s)
and sequence determination as indicated. 7.The CGB Investigators shall
be provided with a formal written report in which the complete
spectrum of sequence changes identified in each sample is specifically
described and the relationship of each variant to cancer
susceptibility is specified (i.e., disease-related; neutral
polymorphism; variant of uncertain significance) . 8. A written report
shall be returned to the CGB Investigator within thirty(30) days of
specimen receipt, except in the case of unusual problems requiring
additional investigation. These exceptions must be negotiated directly
via telephone discussion with the CGB Investigator. In addition, each
report shall document the exceptions with a status report. The reports
will be subject to acceptance by the NCI Project Officer (CGB
Investigator) responsible for this project. The reports shall be
evaluated within seven (7) working days of receipt, and any noted
deficiencies shall be corrected by the Contractor. A final report shall
be submitted within 10 working days if deficiencies were noted;
otherwise, the initial report shall be considered final. The Government
will arrange for the Contractor to receive the DNA samples which are to
be appropriately stored and tested. It is anticipated that the samples
will be sent in batches, with the first set to consist of
approximately 35 specimens. The size of subsequent batches will be
determined by ongoing study results. EXPERIENCE: Offers must
demonstrate experience conducting BRCA1/BRCA2 Gene Sequencing.
PROVISIONS and CLAUSES: This 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 Cynthia Brown on (301) 402-4509 or online NCI
website http://amb.nci.nih.gov/SAP/sap.htm. EVALUATION CRITERIA: The
technical portion of quotations will received 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) APPROACH:(35%)
The Offeror shall describe the methods used to perform this
requirement. The proposed methods and approach shall demonstrate an
understanding and awareness of the tasks required in performing full
sequencing of the BRCA1 and BRCA2 genes, specimen processing, tracking
and data analysis techniques which are practical, sound, and proven.
In addition, the approach shall contain aspects that demonstrate an
awareness of potential methodological problems. 2)EXPERIENCE AND
CAPABILITY OF THE OFFEROR: (35%) The Offeror shall provide evidence of
having successfully performed full sequencing of the BRCA1 and BRCA2
genes of similar magnitude. The staff shall have education, knowledge
and experience in the areas of BRCA1 and 2 gene structure and nucleic
acid sequencing. 3) QUALITY CONTROLS: (20%). The Offeror shall possess
Clinical Laboratory Improvement Act (CLIA) certification and
demonstrate elements of quality control, including programmatic and
administrative safeguards.4) FACILITIES AND EQUIPMENT: (10%) The
Offeror shall demonstrate that its facilities and equipment are capable
of effectively and efficiently meeting the sequencing, specimen
processing, tracking and data analysis needs herein, as well as the
throughput requirements. As noted above, the evaluation criterial are
assigned the following relative weights: (1) 35%; (2)35%; (3) 20%; and
(4) 10%. TECHNICAL INFORMATION FOR THE OFFER: In addition to other
required information and items that the offeror believes are relevant
in demonstrating capability, responsibility and responsiveness, the
Offeror shall ensure its offer/technical quotation includes the
following information: 1) The Offeror shall document all previous
projects involving BRCA1/BRCA2 Gene Sequencing and summarize the
associated work performed; 2) The Offeror shall include a thorough
discussion of its approach to completing the requirement, including the
framework (including administrative) for maintaining quality control;
3) The offer shall include curriculum vitae or resumes of all technical
persons proposed with their education, experience and other
qualifications; 4) the Offeror shall describe its facilities and
equipment that will be used in performing the requirement. OFFERS:
Quotations must be submitted on an SF-18 that is signed by an
authorized representative of the vendor and includes a complete
"Schedule of Offered Supplies/Services." Offers must be accompanied by
a completed and signed REPRESENTATIONS and 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 material must be
received in this office by 2:00 pm EST on 12/27/99. Please cite the
solicitation number, RFQ-NCI-00028, on your offer. Posted 12/09/99
(W-SN407277). (0343) Loren Data Corp. http://www.ld.com (SYN# 0013 19991213\B-0006.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|