Contracting Office Address
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E156 Bethesda, MD 20892, UNITED STATES
DESCRIPTION
The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Metabolic Epidemiology Branch (MEB) intends to procure blood analysis services on a sole source basis from The University of Missouri Research Reactor Center, 1513 Research Park Drive, Columbia, MO 65211.
This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source.
Only one award will be made as a result of this solicitation. This will be awarded as a non -Severable Firm-fixed price contract.
It has been determined there are no opportunities to acquire green products or services for this procurement.
BACKGROUND
Pancreatic adenocarcinoma (PDA) is among the most fatal cancers worldwide and one for which there are few established preventable risk factors beyond cigarette smoking, diabetes, and overweight and obesity. The effect of other exposures is unclear mostly due to inconsistent findings. The lack of identification of consistent risk factors likely reflects the methodological difficulties including reverse causation as well as selection, survival, recall and surrogate reporting biases associated with collecting data for this rapidly fatal gastrointestinal cancer. Prospective studies do not have these problems.
Few studies have evaluated trace elements and risk of pancreatic cancer in non-occupational cohorts. Limitations of these studies were the small number of pancreatic cancer cases and/or the cases were from retrospective studies that may have issues with reverse causation.
The Metabolic Epidemiology Branch (MEB), Division of Cancer Epidemiology and Genetics (DCEG), of the National Cancer Institute (NCI) is conducting a study to determine whether trace elements are associated with pancreatic cancer. Elements shall be measured prospectively in blood samples (either whole blood or red blood cell (RBC) samples) from pancreatic cancer cases and non-cases.
OBJECTIVE
The MEB plans to measure blood concentrations of trace (i.e. Cu, Zn, Fe, Mg) and ultra-trace (i.e. Cd, Cr, Pb, As, Hg) elements measured in prediagnostic blood samples (whole blood or RBCs) using inductively coupled plasma mass spectrometry (ICP-MS) in a nested case-control study of pancreatic cancer in the Prostate, Lung, Colorectal, and Ovarian Cancer Trial cohort. The aim of this study is to determine whether blood concentrations of trace (i.e. Cu, Zn, Fe, Mg) and ultra-trace (i.e. Cd, Cr, Pb, As, Hg) elements are associated prospectively with pancreatic cancer.
SCOPE
Utilizing a nested case-control design within the Prostate, Lung, Colorectal, and Ovarian Cancer Trial cohort, this project shall examine the association between blood concentrations of trace (i.e. Cu, Zn, Fe, Mg) and ultra-trace (i.e. Cd, Cr, Pb, As, Hg) elements and risk of pancreatic cancer. The elements shall be measured on incident pancreatic cancer cases and controls (84 cases, 168 controls, 25 blinded QC samples, total 277 samples) using inductively coupled plasma mass spectrometry (ICP-MS).
CONTRACT REQUIREMENTS AND PERSONNEL QUALIFICATIONS
The Contractor shall :
Each sample batch shall include analytical method blanks, Seronorm™ and National Institute of Standards and Technology (NIST) quality control materials;
3. The boxed samples shall be sent in batches of 30 to accommodate both the 30 sample and 90 sample batch sizes above. All batches and samples within the batches shall be assayed in the order provided by the NCI. All samples shall be sent at the same time. All analytical work performed by the Contractor shall be conducted under conditions of careful quality control and shall follow the laboratory’s quality control procedures. All Contractor internal quality control charts shall be provided to the NCI after the first batch and at completion of the work. The NCI shall review the data for the blinded quality control samples to assure that satisfactory reproducibility is being provided.
4. The Contractor shall notify the NCI TPC immediately via e-mail or phone call if any unusual problems develop over the course of the project and/or explanations for repeating analyses, such as failure of analytical and quality control procedures, breakdown of freezers, instrumentation and equipment, and major changes in personnel that would produce delays or that would adversely influence the quality of the laboratory performance.
5. After the assays are run on each batch, residual samples shall be stored in the laboratory at -80 degrees Centigrade. All biological materials provided by the U.S. Government, all residual specimens, and all data generated shall be the property of the U.S. Government and shall be returned to the U.S. Government repository via FedEx after the assays are completed and data approved by NCI TPC.
TYPE OF ORDER
This is a non-severable Firm Fixed Price purchase order.
The services specified in each contract line item (CLIN) have been determined to be non-severable services - a specific undertaking or entire job with a defined end product of value to the Government.
PERIOD OF PERFORMANCE
The period of performance shall be for 12 months from the date the contract is awarded
PLACE OF PERFORMANCE
All assays shall be performed at the Contractor’s facilities.
All deliverables shall be returned to the U.S. Government Repository via FedEx at the following address:
NCI at Frederick Repository
4600 Wedgewood Blvd, Ste H
Frederick, MD 21703-7167
POC: Karen Drew
Phone: 301-694-5911
This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 12:00 PM EST on August 10, 2020. All responses and questions must be emailed to Jolomi Omatete, Contracting Officer via electronic mail at Jolomi. [email protected]. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: 75N91020Q00160 on all correspondence.