Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

B -- DNA Methylation Analysis

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NJHLBI-PB-(HL)-2010-330-DDC
 
Archive Date
9/27/2010
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference solicitation number is: NHLBI-PB-(HL)-2010-330-DDC. This acquisition is being conducted under the procedures in accordance with FAR 13.3 Simplified Acquisition Methods, and FAR Part 13.5 The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-043. The total contracted dollar amount, including options will not exceed $5 million. The procurement is being conducted on a competitive unrestricted basis, with no set-aside restrictions. The North American Classification System (NAICS) code applicable to this requirement is 541711 and the Size Standard is 500 employees applicable to this requirement.. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the Framingham Heart Study, intends to award a single, fixed priced purchase order for the purchase of DNA Methylation Analysis Services listed below. Brief History and Purpose of Project Cardiovascular disease (CVD) is the leading cause of death and serious illness in the United States. In 1948, the Framingham Heart Study -- under the direction of the National Heart Institute (now known as the National Heart, Lung, and Blood Institute; NHLBI) -- embarked on an ambitious project in health research. At the time, little was known about the general causes of heart disease and stroke, but the death rates for CVD had been increasing steadily since the beginning of the century and had become an American epidemic. The objective of the Framingham Heart Study was to identify the common factors or characteristics that contribute to CVD by following its development over time in a large group of participants who had not yet developed overt symptoms of CVD or suffered a heart attack or stroke. The Framingham Heart Study continues to make important scientific contributions by enhancing its research capabilities and capitalizing on its inherent resources. New diagnostic technologies, such as echocardiography (an ultrasound examination of the heart), carotid-artery ultrasound, bone densitometry (for monitoring osteoporosis), and computerized tomography of the coronary arteries, are evaluated and integrated into ongoing protocols. While pursuing the study's established research goals, the NHLBI and the Framingham investigators are expanding their research into other areas such as the role of genetic factors in CVD. Framingham investigators also collaborate with leading researchers from around the country and throughout the world on projects in stroke and dementia, osteoporosis and arthritis, nutrition, diabetes, eye diseases, hearing disorders, lung diseases, and genetic patterns of common diseases. Description This project seeks to characterize DNA methylation throughout the genome. Studies of DNA methylation reveal that DNA methylation is closely linked to gene expression and it is also a prominent contributor in a variety of complex disorders. Background Epigenetics refers to genomic modifications that do not involve alterations in DNA sequence, but are responsible for functional derangement. Such modifications include DNA methylation, which plays a critical role in the maintenance of cell functions, and consequently, in promoting disease. DNA methylation, whether due to genetic or environmental influences, leads to changes in gene expression, which in turn, confer phenotypic changes predisposing to disease. These epigenetic influences have been well established in cancer research (4), but are far less well characterized in cardiovascular research. Contractor Requirements A.Contractor shall have a proven track record in DNA methylation with a publication history in the space and necessary instruments and technology in place to execute this study. B.Contractor shall provide services to characterize DNA methylation at CpG sites using the Human Methylation 450k DNA analysis Bead Chip. C.The Contractor shall provide high quality DNA methylation results with high-value content including: a.At least 400,000 methylation sites at single nucleotide resolution b.Includes 3’, 5’ and promoters regions without bias against those lacking CpG Islands c.CpG islands and shores d.Non-CpG methylation sites indentified in human stem cells e.Disease associated regions identified through GWAS D.Contractor will utilize the EZ DNA Methylation kit from Zymo Research for bisulfate conversion and will utilize all recommended BS-conversion controls E.Quality control measures will be applied by the Contractor through the use of controls to measure sample independent and sample dependent QC metric. Both the number of CpG and the intensity will be measured by the contractor. F.Contractor WILL NOT be responsible for DNA isolation G.Contractor must be able to complete the 576 sample using <6.0ug of DNA from each sample. H.Contractor will specify any special packaging, marking, or shipping instructions for DNA isolation and sample shipment to Contractor. I.Each DNA sample received will be identified by the Contractor using the identifiers provided by NHLBI. Government Responsibilities A.Using blinded replicates, NHLBI will inspect the results provided by the Contractor and review them for fulfillment of the quality control measures stipulated above. Data that do not fulfill quality metrics will be identified by NHLBI. B.NHLBI will provide to the Contractor plates with standard concentrations of DNA and identifiers for each plate. In addition, NHLBI will provide a list of identifiers for each DNA sample within each plate. Reporting Requirements and Deliverables A.Methylation results will be returned by Contractor to NHLBI in a standard GenomeStudio project format (or similar). The Genome Studio output will have beta values (methylation state of the locus), raw intensities for A (unmethylated) and B (Methlyated) bead types and detection p-value for each locus. Raw data will be reported. B.Return of results by the Contractor will be accompanied by summary quality control measures for each chip and for the project overall. C.Methylation data will be returned to NHLBI within 15-18 weeks of receipt genomics DNA samples D.Contractor will maintain the DNA plates in the event repeat analysis is required. At the end of the project, all remaining DNA materials will be returned to the NHLBI. Period of performance The proposed period of performance for the service is September 15, 2010 – January 31, 2011. Evaluation Criteria The proposals will be evaluated based on the following evaluation criteria; 1.Technical requirements a.Offeror must clearly describe automation to be utilized and instrument capacity b.Offeror must disclose quality control (QC) steps to be taken to reduce or eliminate instrument related batch effects from the system being proposed c.Provide description of the sample workflow and what means are utilized to ensure sample integrity is maintain throughout the process d.Provide copies of Standard Operating Procedures (SOPs) in effect for the duration of the project 2.Qualifications of Personnel a.Please provide Project Management structure for how the project will be managed from a lab resource standpoint and communication structure between offeror and NHLBI b.Provide supporting materials in the form of SOP training records for staff being used in the project c.Provide history of experience using methods and SOPs 3.Past Performance a.Please describe the organization history and comfort of performing large scale DNA methylation analysis b.Supporting documents should include QC reports of 2 previous studies similar in size and scope to the aforementioned project The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror’s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers and waive informalities and minor irregularities in offers received. The Offeror shall include the following: the unit price, the list price, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination). The Offeror shall also provide descriptive literature inclusive of specifications as part of the quotation, the DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Offers are due on September 12, 7:30 a.m. EST at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room Number 6142, Bethesda, Maryland 20892-7902. The electronic transmission must reference the solicitation number: NHLBI-PB-(HL)-2010-330- DDC. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items are applicable to this acquisition. The Government will evaluate the quotes using the above criteria. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - apply to this acquisition. FAR Clause 52.213-4, Terms and Conditions--Simplified Acquisitions (Other Than Commercial Items) (July 2010) NOTE: The Offeror must be registered in the Government=s Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award from the NIH, N
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NJHLBI-PB-(HL)-2010-330-DDC/listing.html)
 
Place of Performance
Address: NIH, Framingham, Massachusetts, 01702, United States
Zip Code: 01702
 
Record
SN02273893-W 20100910/100909000707-43c3297e87dfbb1145cfd17f291392ac (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.