Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
MODIFICATION

H -- Analysis of 1000 Urine Samples for Two PAH Metabolities and Two Oxidative Stress Markers

Notice Date
7/29/2005
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-50061-NV
 
Response Due
7/15/2005
 
Archive Date
7/30/2005
 
Point of Contact
Deborah Moore, Purchasing Agent, Phone (301) 402-4509, Fax (301) 402-4513, - Renita Smith, Contract Specialist, Phone 301-496-8612, Fax 301-480-0241,
 
E-Mail Address
dm170b@nih.gov, rs442i@nih.gov
 
Description
Amendment-04 for Solicitation RFQ-NCI-50061-NV is being issued to answer questions received from an interested vendor. The due date for proposal remains unchanged to August 8, 2005 at 1:00PM EDT. Question 1: What is the turnaround time for analyzing 1000 urine samples? Answer 1: A 9 months turnaround time is anticipated. Question 2: What is the CAS number for the subject compound? Is the name spell right? Answer 2: CAS numbers are: 1-OHP ?5315-79-7 MDA ? 542-78-9 8-OHdG ? 5614-64-2 2-naphthol ? 135-19-3 Yes, they are spelled correctly. This is a combined synopsis/solicitation to procure the analysis of 1000 urine samples for two PAH metabolites (1-OHP, 2-naphthol) and two oxidative stress markers (8-OHdG, MDA). The services herein are commercial as defined in FAR Part 2, and this acquisition is being made in accordance FAR 12 This announcement constitutes the only solicitation and a separate written solicitation will NOT be issued. This solicitation RFQ-NCI-50061-NV includes all applicable provisions and clauses in effect through FAR FAC 2005-04. The North American Industry Classification code is 541380, and the business size standard is $6M. This solicitation is NOT set-aside for small businesses. BACKGROUND: PAHs have shown to cause mammary cancer in experimental animals. Some epidemiological studies have shown significant associations between breast cancer and occupational exposure to PAHs, active and passive smoking, and consumption of well-done meats which contains high levels of PAHs. Although these are potentially important exposures for breast cancer, the evidence is not clear. Exposure assessment for epidemiologic studies is based on information from interviews. Measurements of urinary PAH metabolites in subjects with PAHs exposure in an epidemiological study would reduce misclassification of exposure and provide information on total PAH exposure. Simultaneous measurements of 1-OHP and 2-naphthol would, therefore, provide better understanding of the total, as well as route-specific, PAH exposure and help clarify the relation of these chemicals with the risk of breast cancer. There is growing interest in the role of oxidative stress from chemicals like these and breast cancer development because of cross-talk between oxidative stress and hormonal imbalance. There are, however, a limited number of population-based studies of oxidative stress and breast cancer. Among several biomarkers of oxidative stress, 8-hydroxy-2'-deoxyguanosine (8-OHdG) and malondiadelyde (MDA) are most frequently used because of their biological importance and the sensitivity of the assay. CONTRACTOR REQUIREMENTS: The contractor shall perform the following tasks on 1000 urine samples sent all at one time: 1) Analyze 1000 urine samples for 1-OHP; 2) Analyze 1000 urine samples for 2-naphthol; 3) Analyze 1000 urine samples for 8-OHdG; 4) Analyze 1000 urine samples for MDA; and 5) Provide results of the analyses in an Excel spreadsheet to the Project Officer containing sample ID, test-date, test results and if applicable, quality control data. GOVERNMENT RESPONSIBILITES: NCI will ship the 1000 urine samples on dry ice. Samples will be coded and will not have any personal identifiers attached. EVALUATION CRITERIA: Offers will be evaluated based on the following technical criteria. The technical portion of the proposal will receive 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. 1) Technical Approach ? 50% proposed methods for measurements of urinary metabolites of polycyclic aromatic hydrocarbons (PAHs) and biomarkers of oxidative stress must be sound and fully described. The proposed approach must be consistent with the stated goals and objectives of the Statement of Work i.e., measurements for 2 biomarkers of PAH metabolites and 2 biomarkers of oxidative stress. 2) Experience - 40% the proposed staff must have experience in conducting analyses described in the Statement of Work, including similar efforts, Measurements of urinary metabolites of PAHs and oxidative stress for groups of Chinese women and children is a plus. 3) Understanding of the problem ? 10% must demonstrate that the proposed approach, including appropriateness of allocation and effort of proposed personnel and allocation of resources, is sufficient to accomplish the tasks in the Statement of Work. Adequate plans for quality control and timely delivery of products must be provided. 4) Costs ?is a consideration but not scored. TECHNICAL PROPOSAL: Proposals shall contain information regarding the technical approaches of the Offerors / Vendors, including the capabilities and plans of the Offerors / Vendors for provision of all of the services and products described in the aforementioned contractor requirements. Information submitted will be used in the evaluation of your quotation. Therefore, your response to this solicitation should be complete, as it must stand on its own and be responsive to all technical evaluation criteria. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS FOR SIMPLIFIED ACQUISITION; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEM ? WITH DUNS NUMBER ADDENDUM; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES, OR EXECUTIVE ORDERS-COMMERCIAL ITEMS-FOR SIMPLIFIED ACQUISITION. The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR 52.222-26; EQUAL OPPORTUNITY; FAR 52.222.35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF VIETNAM ERA; FAR 52.225-3, BUY AMERICAN ACT SUPPLIES; AND 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTING REGISTRATIONS. Full text copies of the FAR Terms and Conditions and other cited provisions may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Deborah Moore, Contract Specialist at dm170b@nih.gov or (301) 402-4509. Please note: All contractors must be registered in the Online Representations and Certifications Applications (ORCA) in order to receive an award. Please refer to http://orca.bpn.gov in order to register. In addition, contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov. Offers are due July 15, 2005 at 1:00 p.m. EDT. Facsimile and email submission are NOT authorized. Offers must be in writing and should be submitted as follows: (1) one original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) one original and one copy of the technical proposal; (3) copy of the contractor ORCA validation/registration; (4) acknowledgment of amendments, if any. Offers and related materials must be submitted in writing to Debbie Moore at the listed address. Offers that fail to furnish the required information or reject the terms and conditions or statement of work of the solicitation may be excluded from consideration. Please cite the solicitation number RFQ-NCI-50061-NV on your offer. Any questions must be submitted in writing and may be e-mailed to dm170b@nih.gov or faxed to 301-402-4513. It is the vendor?s responsibility to call 301-402-4509 to insure questions have been received.
 
Record
SN00857812-W 20050731/050729211904 (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  © 1994-2020, Loren Data Corp.