Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

B -- Epidemiological studes in support of the Marine Mammal Health Stranding Response Program (MMHSRP) - Statement of Work

Notice Date
8/22/2008
 
Notice Type
Statement of Work
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NFFKPR00-8-43515
 
Archive Date
9/20/2008
 
Point of Contact
Gina E Lee,, Phone: 301-713-0820 x208
 
E-Mail Address
gina.e.lee@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKPR00-8-43515 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 541940 and business size is $6.5. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Marine Mammal Conservation Division is required to determine the health and health trends of marine mammal populations in the wild including developing sampling regimes, standardized protocols and evaluating the causes or contributors to health impacts. This is currently being addressed in small projects and without a long term study design to guide the collections. Specifically, the collection of these types of health data and environmental data is mandated under the Marine Mammal Protection Act. Given limited resources for collection, storage and analyses, the Marine Mammal Health Stranding Response Program (MMHSRP) needs epidemiologically appropriate sampling designs for die-off investigations, banking and real time monitoring to address trends to do cause - effect analyses. This work must be done in collaboration with the health and stranding partner(s) and must utilize existing unpublished data for the development of a prospective plan as well as evaluating causality. This work will be used to guide evaluations and to reduce waste in resources. The contractor shall provide the following: 1) Evaluating of causality: Design a case study to assess the role of herpes, contaminants and genetic factors in the risk of California sea lions (Zalophus californianus) developing adenocarcinoma. Carcinomas comprise approximately 18% of the cause of death in stranded adult California sea lions examined by the Marine Mammal Center (TMMC), Sausalito. Herpes virus is highly associated with these lesions and animals have higher blubber contaminant concentrations than animals dying of trauma after controlling for confounding factors. New studies have also identified genetic markers that may be associated with this disease. For this study the contractor would design a robust case-control study to determine the relative contribution and risk of disease occurrence with and without these three cofactors (herpes, high blubber contaminants and genetic markers). The contractor would work closely with TMMC staff to identify which cases at TMMC have complete datasets and identify missing cases, particularly deciding on appropriate matched controls. An initial desk study would determine the power to detect significant relative risk differences (usually taken as odds ratios >2) given various sample sizes and study designs (control matched vs. unmatched). This study design would then be used to determine the cost and requirements to complete the dataset in order for this approach to be carried out. 2) Establishing sampling regime for future evaluations: Determining appropriate sample sizes to estimate disease prevalence or establish common disease diagnosis for known diseases of wild marine mammals. The question that is often asked of biometricians and NMFS is "how many samples do I need to collect?" The appropriate study design or sampling regime is related to the variability in the parameter of interest within the population from which the samples are drawn and the degree of uncertainty that the investigator or NMFS is willing to accept. There are many generic packages that can carry out these so called power calculations but the MMHSRP requires a dedicated package that can be used by non-specialists to answer three main questions: 1) How many serology or PCR samples would be required to determine the prevalence of a disease in a given population/; 2) During an Unusual Mortality Event how many animals would need to be tested for presence of infectious agents or biotoxins to be sure that the diagnosis by gross pathology or clinical examination is sufficient to determine the true cause of disease?; 3) For archiving samples from a population during an outbreak (or mortality event) or as baselines (i.e., mass strandings), how many samples must be archived to be representative of the event or group involved in the event or to determine trends in a given population? Deliverables: 1). Project One: Adenocarcinoma in sea lions - a) The contractor will provide a robust case control study; b) The contractor will provide a desk based study to determine data gaps and identify appropriate controls; c) The contractor will provide an analysis of the cost and requirements to complete the dataset for the evaluation - 2. Project Two: Sampling designs: a) The contractor would provide user-friendly software with appropriate user manual and documentation that would calculate the number of samples required given different scenarios by the user; b) The contractor would provide a generic decision tree for the UME/outbreak/mass stranding situation as the appropriate approach is likely to be disease-dependent; c) The contractor would provide a generic decision tree for archiving samples from various animals in given situations; d) The contractor will provide beta testing using UME personnel; e) The contractor will provide training through in person meeting and webx for network users. The resulting purchase order shall be awarded on a best value basis and negotiated on a firm fixed price basis. Period of Performance: Date of Award through May 31, 2010. Award is anticipated by September 22, 2008. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.219-6, Notice of Total Small Business Set-Aside, and Alternate II; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.232-9, Limitation on Withholding of Payments. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a quotation addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than September 5, 2008 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=204dee130dd7afcab6f16f048f04a6b6&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Epidemiological studies in support of the MMHSRP (NFFKPR00-8-43515.SOW.docx)
Link: https://www.fbo.gov//utils/view?id=f9dca9ba8ab06d2efdc9d6b62cbe21f5
Bytes: 16.38 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01648607-W 20080824/080822222346-204dee130dd7afcab6f16f048f04a6b6 (fbodaily.com)
 
Source
FedBizOpps 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.