Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOLICITATION NOTICE

B -- Large-scale Genotyping for Population Based Studies on Cancer Susceptibility, Disease, and Treatment Response for National Cancer Institute (NCI), Laboratory of Population Genetics (LPG)

Notice Date
11/2/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
NBC - GovWorks 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
14060406RQ60113
 
Response Due
11/30/2005
 
Archive Date
11/2/2006
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in the notice and following the Simplified Acquisition Procedures in FAR Part 13.5 THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-5. The US Department of Interior, through its Franchise Fund activity, GovWorks, is issuing this solicitation, Number 0406RQ60113 as a Request for Quote (RFQ) on behalf of the National Cancer Institute (NCI), Laboratory of Population Genetics (LPG). This project involves Assay Development, Assay Quality Control, and Genotyping Clinical Samples to accommodate existing and future genotyping requirements for various studies. This project will support the NCI LPG which is engaged in a number of studies involving correlation of genotype variations in candidate genes in pathways related to cancer susceptibility, disease, and/or response to treatment. The Government requires the determination of genotypes from DNA isolated from a variety of clinical samples. These genotypes must be determined using a highly accurate state of the art technology that requires a minimum amount of DNA sample. This technology must be a proven technology with references of successful (at least 95% efficiency rate) large-scale projects (more than 1000 samples processed per project) in a peer-reviewed journal. Key aspects of any large-scale genotyping study are the quality and quantity of DNA required to obtain accurate, reliable, and complete results. The genotyping assay(s) must be robust over a range of DNA concentrations and quality. In prior experience, some specific marker assays require different genotyping technologies from others to achieve the required accuracy. For these studies, it is required that the assay(s) be able to generate accurate data from 3 nanograms or less of DNA per assay and have a proven reliability for large scale genotyping studies. The Government is interested in assays with the ability to multiplex at the reaction level to further minimize the required amount of sample DNA, and interested in proven technologies involving Whole Genome Amplification. The Government also requires the data be reported in an electronic file format and have a reportable quality parameter associated with each genotype call. TYPE OF CONTRACT: Firm Fixed Price NAICS CODE: 541380 Testing Laboratories PRODUCT SERVICE CODE (PSC): B529 Scientific Data Studies COMPETITION: Full and Open Competition; Unrestricted. PLACE (S) OF PERFORMANCE: The work will be performed at the Contractor's site. PERIOD OF PERFORMANCE: Base Period: Date of Award for one (1) year thereafter Four (4) option periods: Each not to exceed one year in duration. Delivery Type: All deliveries under this contract will be FOB Destination. ANTICIPATED AWARD DATE: December 22, 2005 SPECIAL INSTRUCTIONS SUBMISSION REQUIREMENTS: Your offer MUST cite your tax identification number (TIN), Dun & Bradstreet Number (DUNS), North American Industrial Classification System (NAICS) and Product Service Code (PSC) in your proposal submission. Please ensure that your firm is CCR Certified (http://www.ccr.gov). All offerors MUST submit with their quotes a completed and filled out Offeror Representations and Certifications - Commercial Items (FAR 52.212-3). This may be downloaded from the GovWorks website below. If Offeror's Reps and Certs are registered on the ORCA site, Offeror's quote MUST indicate that the Reps and Certs are located at the ORCA site. The documents applicable to this solicitation can be viewed at: http://govworks.gov/vendor/csolicit.asp The full text of the provisions and clauses are available at: http://www.arnet.gov/far/ CLOSING DATE: November 30, 2005 TIME: No later than 2 PM EASTERN STANDARD TIME Offerors must submit both Technical and Price Quotes (separate volumes) via email to the following email addresses prior to the close of this solicitation: Geraldine.Lyons@mms.gov Michael.Farrell2@mms.gov NOTE: Due to e-mail server and pipeline limitations, please limit the size of each e-mail with attachments to 3 MB. If the offeror does not have access to email, offers must be mailed/delivered to: Department of the Interior / National Business Center GovWorks, Federal Acquisition Center 318 Elden Street, Mail Stop 2510 Herndon, VA 20170-4817 Attn: Geraldine A. Lyons Please be advised that GovWorks is located in a secure building. If offers are hand delivered, please ensure the courier is instructed to use the courtesy phone in the rear of the lobby (to the right of the elevators) to call the Point of Contact listed above on extension 7-1482. A staff member will meet the courier to receive the submittal. If you have questions regarding this solicitation, please submit your inquiries immediately via email but no later than November 8, 2005, 2:00pm Eastern Time to Geraldine A. Lyons and Michael P. Farrell at the above listed e-mail addresses. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=291829)
 
Record
SN00925257-W 20051104/051102212309 (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.