|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633National Cancer Institute, Research Contracts Branch, ESS, Executive
Plaza South, Rm. 620, 6120 Executive Blvd., MSC 7224, Bethesda, MD
20892-7224 B -- LABORATORY SUPPORT FOR PROCESSING AND STORAGE OF BIOLOGICAL
SPECIMENS FROM PERSONS AT HIGH RISK OF CANCER SOL N02-CP-11001-66 POC
Shawnee J. Shaw, Contract Specialist, (301)435-3778 E-MAIL: Shawnee J.
Shaw, SS552u@nih.gov. LABORATORY SUPPORT FOR PROCESSING AND STORAGE OF
BIOLOGICAL SPECIMENS FROM PERSONS AT HIGH RISK OF CANCER. The Office of
the Director (OD), Division of Cancer Epidemiology and Genetics (DCEG),
National Cancer Institute is seeking a contractor to provide for the
maintenance of the existing inventory of biologic specimens and to
receive, process and store new samples as they are collected. This is
a 100% Small Business Set-Aside. The Standard Industrial Code (SIC) for
this procurement is 8731 with a size standard of 500 employees to
provide services in accordance with Contractor-developed,
Government-approved protocols for: a) separation and viable
cryopreservation of blood mononuclear lymphocytes; b) separation,
aliquotting and storage of serum, plasma and/or urine; c)
cryopreservation of bone marrow samples; d) storage of tumor extracts;
e) cryopreservation of whole tumor tissue; f) cryopreservation of
intact red blood cells; g) viable cryopreservation of previously
established lymphoblastoid cell lines; h) storage of DNA and other
biological materials as specified by the Project Officer (e.g.,
pathology slides and tissue block); i) extraction of DNA from biologic
materials; j) specimen processing as required by NCI to preserve
special biologic materials; k) logging in, labeling and tracking of
each vial of each sample employing an NCI developed computerized
specimen tracking system, including all laboratory safeguards to insure
the fidelity and purity of each sample; and l) maintenance of the
previously-established repository currently containing more than 2.0
million biological specimens and allowance for an estimated increase of
up to 100% of freezer storage space. The current repository contains 72
mechanical -70oC freezers, 25 liquid nitrogen freezers, 2 walk-in -20oC
freezers, 1 walk-in +4oC refrigerator, 1 slide cabinet and 1 storage
unit for flammable materials; m) under the direction of the Project
Officer conduct laboratory methods studies that establish optimal
conditions for collection, processing, shipping and storage of biologic
materials. Processing services shall be available routinely between the
hours of 9:00 a.m. and 2:00 p.m., Monday through Friday, and at any
other time (including nights, weekends and holidays) by special
arrangement, usually with advance notice. A laboratory staff member
shall be available during non-business hours for emergency specimen
processing (as might occur when a patient dies). A biohazard area
adequate for processing specimens with Acquired Immunodeficiency
Syndrome (AIDS) shall be available for the processing of all biologic
samples. The Contractor shall be prepared to process the following
quantities of materials: Typical Total Max Daily Vials Monthly Volume
Material /person /person (Individual Samples) WBC Cryopreservation
1,500 cc (60) 5 15,000 cc (250) Plasma/serum aliquotting 2,500 cc (60)
6-12 25,000 cc (250) RBC cryopreservation 250 cc (25) 5 750 cc (75)
Pelleted lymphocytes 150 cc (15) 4 600 cc (60) Buffy coat preps 200 cc
(20) 2 300 cc (30) Receipt frozen vials 10,000 vials any 120,000 vials
Thawing/ aliquotting N/A any 500 vials Dispersal specimens N/A any
4,000 vials DNA purification N/A any 400 vials The Government envisions
a staff composed of the following: 15 FTEs: 1) Principal Investigator
0.5 FTE; 2) Professional Staff 5.0 FTE; 3) Lab Technicians 6 FTE; 4)
Data entry/admin 3 FTE; and 5) Driver 0.5 FTE. The contractor must be
within 1 hour driving time to 6120 Executive Blvd., Rockville, MD.
Award is anticipated by January 2001. The contractor is expected to
provide the facilities and all major equipment. Additional Government
furnished equipment currently in use under the existing contract will
be provided. It is anticipated that the RFP will be available on/about
July 14, 2000 with responses due within 30 calendar days after the
actual date of issuance of the solicitation. All responsible sources
may submit a proposal which shall be considered by the NCI. No collect
calls will be accepted. SEE NOTE: 1 Posted 06/28/00 (W-SN469314).
(0180) Loren Data Corp. http://www.ld.com (SYN# 0010 20000630\B-0002.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|