Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633

National 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