Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2004 FBO #0888
MODIFICATION

A -- Metabolic Diseased Cochlear Biochemical

Notice Date
4/30/2004
 
Notice Type
Modification
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-04-T-0022
 
Response Due
5/5/2004
 
Archive Date
5/20/2004
 
Point of Contact
Laura Pruett, Purchasing Agent, Phone 619-532-8110, Fax 619-532-5596, - Loida Toledo, Supvy. Contract Specialist, Phone 619-532-5644, Fax 619-532-5596,
 
E-Mail Address
lmpruett@nmcsd.med.navy.mil, lctoledo@nmcsd.med.navy.mil
 
Description
The proposed contract action is for supplies or services for which the Naval Medical Center San Diego intends to solicit with only one source, under the authority of FAR 6.302. Interested contractors / persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotes received May 05, 2004 @ 2:00 p.m. Pacific Standard time, will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-04-T-0022 is issued as a request for quotation (RFQ). Clin 0001. 12 months @ $______ = $______ Contractor shall provide services investigating the cochlear biochemical reponse to traumatic noise exposure. HPLC analyses for oxidative stress indicators plus glutathione (GSH) and its metabolites will be performed on cochlear perilymph dilysates from animals after no noise or injurious sound. Work load: Dialysate samples 18 samples x 2 ears x 66 animals = 2376 samples) will be analyzed for the following compunds: glutamate, aspartate, cysteine, glutathione, dihydrohybenzoate (salicylate infusion), and malendialdehyde. Note: NMCSD will be responsible for animal sound exposures and collecting and shipping biological samples. Contractor shall be responsible for ordering supplies, materials, and hiring actions for personnel to work on this project at the Contractor site. COL Richard Kopke, NMCSD Program Manager (GPOC), will review all work performed by Contractor laboratory. Period of Performance May 14, 2004 through May 13, 2005. STATEMENT OF WORK Title: “Identification of early Cochlear Biochemical Changes Associated with Acoustic Over Exposure Using Cochlear Micro Dialysis” INTRODUCTION: The Department of Defense Spatial Orientation Center of Naval Medical Center, San Diego staff conducts ongoing projects in auditory and vestibular research. ABREVIATIONS: DOD = Department of Defense, ONR = Office of Naval Research, NMCSD = Naval Medical Center San Diego, BU = Baylor University, GPOC = Government Point of Contact, DSOC = DOD Spatial Orientation Center, ROM = reactive oxygen molecules, FR = free radicals, SPL = sound pressure level, mL = micro liter, kHz = kilohertz, HPLC = High Pressure Liquid Chromatography, COL = Colonel, MC = Medical Corp, FY = Fiscal Year SCOPE: Contractor will conduct research into cochlear biochemical responses to intense noise exposures in support of funded investigations under the ONR Military Operational Medicine program. This program encompasses research into developing countermeasures for the prevention of tissue/organ damage prior to exposures to high-energy sources (loud sounds) and to develop methods for rescue and treatment after exposure to exotic energy sources. This work entails performing a series of experiments for two years to: (1) understand the cochlear intracellular biochemical response to damaging sound energy, (2) to identify and delineate the reactions involved with glutathione metabolism and reactive oxygen molecules (ROM) and free radicals (FR) produced by oxidative stress in response to acoustic over-exposure, and (3) utilize our recent antioxidant technology to increase hair cell glutathione or antioxidant defenses to reduce the formation of and damage caused by FRs and ROM molecules in order to prevent hair cell damage or death caused by traumatic noise. The first year encompasses three experiments (A, B and C). Experiment A involves studying groups of chinchillas under no noise conditions to characterize baseline biochemical and metabolic responses of the auditory hair cells. Experiment B entails exposing the same number of animals, first to one hour of no noise for baseline measurements and then for four hours of continuous noise at 105 dB SPL octave band noise centered at 4 kHz. In Experiment C animals will again undergo one hour of baseline measures (no noise) then be noise-exposed for four hours but prior to noise exposure a glutamate antagonist will be administered to study its capability to reduce perilymphatic glutamate levels and counteract excitotoxicity. The treatment animals will be compared to saline injected noise-exposed animals, which will serve as controls. In each experiment cochlear perilymph fluid will be sampled using micro dialysis technology. Perilymphatic samples are taken at a rate of 1mL per minute giving three 20 mL specimens per hour. As control reference for perilymphatic metabolism and to also monitor the stress level of the whole animal, a sample of brain and blood plasma will be taken and measured for the same metabolites. TECHNICAL REQUIREMENTS All experiments, the contractor will receive shipments of frozen blood plasma, brain tissue and perilymphatic samples as collected by micro dialysis sampling. After careful calibration of equipment, quantification of the following metabolites: glutamate, cysteine, reduced and oxidized forms of glutathione, malendialdehyde and dihydroxybenzoate will be measured from each perilymphatic aliquot and from each brain and plasma specimen. The contractor will assess the biochemical events taking place in the cochlea during quiet conditions and then following damaging sound exposure utilizing high pressure liquid chromatography (HPLC). This study will elucidate the cellular biochemical response of hair cells to noise-induced damage and investigate the capability of glutathione enhancing and mitochrondrial protectants to prevent noise-induced cell death (apoptosis). The brain tissue and blood plasma samples will be used for controls and to determine the effect of the noise stress on the state of the animal. Duties The contractor shall perform a full range of research procedures, within the scope of his training and experience, on site using Baylor University Medical Center furnished facilities, supplies and equipment. Workload occurs as a result of scheduled and unscheduled requirements for research activities. Primary workload is a result of experiments generated to pursue the specific aims of research protocols funded by the Office of Naval Research and the DOD Spatial Orientation Center (DSOC), Naval Medical Center, San Diego (NMCSD). Contractor is responsible for a full range of experimental requirements in neurochemical research including the planning and execution of research within the personnel and equipment capabilities of the Baylor University facility, and the quality and timeliness of experimental records and reports required to document procedures performed and services provided. The research worker shall monitor supply and material levels and work with appropriate personnel to reorder supplies, and materials as needed to support ongoing and planned research. Contractor is responsible for screening for and identifying with chemical processing and high pressure liquid chromatography (HPLC) the following metabolic compounds from perilymphatic dialysates, brain and blood plasma samples: oxidized and reduced glutathione, glutamate, cysteine, dihydroxybenzoate and malendialdehyde. In year one it is projected that there may be between 2700 and 2800 samples of perilymph, 90 tissue samples of brain tissue and 90 specimens of blood plasma to analyze. Year two contractors may analyze between 3600 and 3700 perilymph samples, 120 brain tissue samples and 120 blood plasma specimens. For year three it is projected that there may be between 2700 and 2800samples of perilymph, 90 tissue samples of brain tissue and 90 specimens of blood plasma to analyze. Contractor will provide oversight and guidance for all procedures and data analysis of all experiments at the Baylor University Medical Center, Institute of Metabolic Disease site. Contractor will also work closely with COL. Richard Kopke, MC, USA, NMCSD Program Manager who has scientific and technical responsibility for this research project, to coordinate investigational efforts, trouble shoot problems that develop and to collate data from the different work sites. Contractor will meet with COL Kopke twice in year one at the NMCSD site. First meeting will be prior to the start of the project to assist NMCSD staff in the setup, calibration and training in the operation of the micro dialysis equipment and to finalize plans and coordinate timing of collection and shipping of biological specimens. A second meeting is planned near the end of the first year to determine the outcomes and trends of data, analysis of findings and planning for the second year’s research. Meetings after year one will be coordinated between contractor and COL Kopke. Contractor will organize all data collected for this project in a database/spreadsheet format that is compatible with the NMCSD data manager. Contractor will organize data for publications and oversee the preparation of manuscripts and summary figures resulting from the work performed in this grant proposal. Contractor will perform all of the HPLC preparation and analysis of inner ear perilymphatic specimens. Personnel costs are allocated for a research associate’s salary. Supplies are for High Pressure Liquid Chromatography items, reagents and chemical supplies. Fringe costs are used to cover health insurance costs. Indirect costs are fees charged by Baylor University. Payment Contractor must be CCR registered and participate in the Wide Area Work Flow (WAWF) type payment process. All invoicing will be through electronic invoicing with certification of work performed by the government invoice acceptor then through the NMCSD Receipt Control and finally paid by EFT via DOD Finance and Accounting System Contractor shall maintain current accounts, records, and other evidence supporting all its expenditures chargeable to NMCSD under this contract for at least 12 months after completion or termination of this contract. Contractor shall provide NMCSD with a report within four months of completing performance under this contract. Reports and Publications Contractor shall submit quarterly reports to NMCSD during the term of this contract on the progress of its research and the results obtained, to the extent reasonably requested. Contractor shall submit a final report of its results, including a listing of all Subject Inventions, to NMCSD within four months after completing the work under this contract. Contractor and NMCSD agree to confer and consult prior to the publication of research data. Prior to submitting a manuscript(s) for review (or without review) which contains the results of research under this contract, each site must have ample opportunity and time to review such proposed publication and to file patent applications a timely manner. COL Richard Kopke, MC, USA, NMCSD Program Manager and Contractor are the responsible individuals for review of materials and the designated point of contacts for each respective site. QUALIFICATIONS: Contractor is an expert in the field of biology, neuropharmacology and neurochemistry of sensory tissues and methodological assessment of the nervous system especially in response to damage, trauma or disease states. a. Contractor has completed a doctoral degree in the Neurochemistry. b. Has over 20 years experience in the area of research interest. c. Contractor has the medical research laboratory with lab space, equipment, technical and administrative staff to support this project. d. Expertise in the neurochemistry and neuropharmacology of the brain and central nervous system. e. Has a proven publication tract in the area of biology and neurochemistry of neurosensory tissue. f. Contractor is an internationally recognized researcher in the area of neurobiology and neurochemistry. SECURITY: No security clearance is needed for contractor. INSPECTION AND ACCEPTANCE: Receives supervision from the Government Point of Contact (GPOC). Work is reviewed by GPOC for adequacy of method, completeness, scientific importance, and for applicability to ONR and DOD Spatial Orientation Center’s (DSOC’s) research objectives. Government Point of Contact will be: COL Richard Kopke, MC, USA, NMCSD Program Manager at (619) 532-9604 or pager (877) 774-9106 or FAX (619) 532-6088. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-19. This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offers- Commercial Item (JAN 2004) 52.204-7 Central Contractor Registration (Oct 2003) 52.212-3 Offeror Representations and Certification--Commercial Items , JAN 2004 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, JAN 2004 52.217-8 Option to Extend Services (Nov 1999) 52.222-3 Convict Labor , JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2004 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity, APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 52.227-1 alt Authorization & consent (Jul 1995) alteration 1. 52.252-2 Clauses Incorporated By Reference FEB 1998 252.204-7004 Alt A Required Central Contractor Registration Alternate A, NOV 2003 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DEC 2003 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests DEC 2003 52.212-2, Evaluation – Commercial Items (JAN 2004), the following factors shall be used to evaluate offers: 1) Past performance 2) Fully qualified and meeting all qualification on the statement of work (SOW). 3) Price. Past performance and qualification when combined have more importance than cost or price. Prior to Contract Award, the government reserves the right to review the resumes of contractor employees performing under the contract solely for the purpose of ascertaining their qualifications relative to the personnel qualifications terms of the contract. Accordingly, the contractor shall furnish such resumes and all professional requirements as stated in the Statement of Work (SOW) to the Purchasing Agent along with their quote. All responsible sources may submit a quote which shall be considered to Laura Pruett, Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, or by FAX (619) 532-5596 or by e-mail to lmpruett@nmcas.med.navy.mil. This solicitation is unrestricted. (Bids will be accepted from MOBIS or GSA Federal Supply Schedule Contract if applicable). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/BUMED/N00259/N00259-04-T-0022/listing.html)
 
Place of Performance
Address: Contractor Location
 
Record
SN00578161-F 20040502/040430215757 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.