Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1999 PSA#2295

Director, USAMRAA, 820 Chandler St, Fort Detrick, MD 21702-5014

Q -- DEVELOPMENT OF PROBE BASED ASSAYS SOL Damd17-99-R-0013 DUE 031299 POC Contract Specialist Sherrie D. Walters, 301-619-2346; Contracting Officer Raegon B. Clutz, 301-619-2395 The US Army Medical Research Acquisition Activity intends to acquire services in the development of probe based assays for the detection of early activation of macrophages and dendritic cells at the US Army Medical Research Institute of Infectious Diseases (USAMRIID) Fort Detrick, MD. Base year is projected to be 01 Apr 99 thru 31 Mar 00. The potential for one-year option period exists if the Government elects to exercise the option. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. This is a request for proposal (RFP) and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. This is not set-a-side for small businesses. The contractor shall develop and optimize nucleic acid purification and RT-PCR procedures that will allow for the sensitive and specific detection of diagnostic transcription products from activated macrophages/monocytes/dendtitic cells (M/DC). mRNA will be converted to a single-stranded cDNA using an oligo dT primer and reverse transcriptase. This cDNA will be used as a template in a PCR that employs target-specific primers. The contractor will design oligonucleotides for biomarker-specific nucleic acids amplification and detection. The primers will be designed so that they amplify products between 200 and 400 base pairs for each molecule. Single-tube RNA=PCR protocol will also be developed. Since the template materials are likely to be in limiting quantities, experiments will be carried out to test the feasibility of multiplexing the primers so that multiple target molecules can be tested in each reaction. Initially, the products will be evaluated by gel electrophoresis (exploiting differences in the size of the PCR products from the different templates), Southern blot analysis or by chemiluminesence hybridization of labeled PCR products to detection arrays. Target sequences may include any of the following molecules that have altered transcription after activation in M or DC: TNF, IL-1, IL-6, MIF, Class II (CD74), IL-12, IL-10, IFNg, CD11b, CDw12, CD13, CD16, CD17, CD23, CD25, CD26, CD31, CD32, CD33, CD35, CD40, CD49a/b/d/e, CD54, CD55, CD58, CD59, CD63, CD64, CD68, CD69, CD71, CD80, CD81, CD86, CD87, CD88, CD89, CD91, CD93, CD100, CD102, CD105, CD106, CD017a/b or Cdw119. The contractor may recommend additional biomarkers as appropriate. PCR conditions will be adapted to devices and detection systems developed under DARPA grant N652369815414 to Cepheid, Sunnyvale, CA. Adapt the assays to a multiplex or array platform. Multiplex assays or array platforms will allow parallel detection of at least 5 biomarkers. The government will provide scientific and technical expertise as necessary for handling biological samples and appropriate guidelines for assay development. Some tasks may require the use of government equipment located at USAMRIID. Access to government laboratories will be coordinated with the contracting officer representative and the Chief, Diagnostic Systems Division, USAMRIID, 1425 Porter Street, Fort Detrick, MD 21702. Within two weeks following the start of the contract the contractor shall provide a detailed work plan. A payment equal to 20% of the contract cost will be made at this time. Every 90 days, after the start of the contract, a report will be submitted. A payment equal to 20% of the contract cost will be made after submission of each report. A comprehensive final report will be submitted within 45 days after the end of the contract. The final report will detail all procedures for efficient extraction of nucleic acids from cells contained in respiratory tract lavage fluids, nasal swabs or blood. The technical data reported will include primer and probe sequences, PCR/RT-PCR amplification and detection procedures for at least five biomarkers and multiplex or array PCR/RT-PCR procedure for at least 5 biomarkers and the administration of multiplexing with miniature analyical instruments. The final report will summarize the last 90 days of work, present detailed protocols and any other important reagent descriptions or assay parameters. A payment equal to 20% of the contract cost will be made upon an acceptable satisfactory final report. The Government shall receive these reports no later than five (5) working days following the period being reported. Reports shall be sent to: Dr. Sofi Ibrahim, Diagnostic Systems Division, USAMRIID, 1425 Porter Street, Fort Detrick, MD 21702, with a copy forwarded to the contracting office. The Government cannot prescribe the number of assays necessary to perform the total effort. The contractor shall have to makedecisions of the number of assays that need to be performed as the work ensues in order to develop the reports. FAR 52.212-1, Instructions to Offerors-Commerical Items (Oct 1995) is hereby incorporated by reference. 52.212-2 Evaluation-Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical capability of the services offered to meet the Government need. The offeror shall demonstrate a thorough understanding of the intent, scope and requirements of the proposal (2) Personnel Qualification. The principal investigator shall have a doctoral degree with at least ten (10) years of experience in immunology, molecular biology and infectious disease research. Resumes for all personnel shall include information on education and training, relevant past experience, and other special qualifications to perform tasks designed in the proposal. (3) Past Performance. The offeror shall identify at least two Federal, State,local or private contracts for which the offeror has performed work similar to the SOW in this solicitation. This list is due on the established receipt date of proposals, and (4) Price. Factors are listed in their relative order of importance. Each offeror must (1) submit an offer which includes an original and one (1) copy of the proposed price and (2) an original and three (3) copies of your technical proposal providing written information pertaining to your capability to perform the required services and shall encompass all the evaluation factors, excluding price, within it. Technical factors are more important than price but, if two or more offer's are determined to be virtually technically equal, the award decision will revert to price. Offerors are reminded to include a completed copy of the provision at 52.212-3 Offeror Representation and Certification-Commercial Items. A copy of this clause can be obtained through the Internet at www- usamraa.army.mil/ or by contacting the contract specialist. The following clauses are hereby incorporated into this solicitation: 52.212-4 Contract Terms and Conditions-Commercial Items (Aug 1996), Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Aug 1996). Clauses that apply: 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-21, 52.222-41, 52.222- 42, 52.217-9. Option to Extend the Term of the Contract (May 1989). Proposals, technical proposals and source lists are due on 12 Mar 1999 at 2:00 PM EST to USAMRAA, Attn: MCMR-AAA-S, 820 Chandler Street, Fort Detrick, MD 21702-5014, Sherrie D. Walters, Contract Specialist, 301-619-2346 Posted 03/02/99 (W-SN303604). (0061)

Loren Data Corp. http://www.ld.com (SYN# 0059 19990304\Q-0004.SOL)


Q - Medical Services Index Page