Federal Bid

Last Updated on 22 Sep 2009 at 8 AM
Solicitation
Location Unknown

Extraction, coordination, management, and statistical support of HEAL DNA specimens for telomere assays

Solicitation ID NCI-90123-AV
Posted Date 28 Aug 2009 at 6 PM
Archive Date 22 Sep 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Cancer Institute, Office Of Acquisitions - Shady Grove
Agency Department Of Health And Human Services
Location United states
The National Cancer Institute (NCI), Division of Cancer Control and Population Sciences (DCCPS), Applied Research Program, plans to procure on a sole source basis extraction, coordination, management, and statistical support of HEAL DNA specimens for telomere assays from the Fred Hutchinson Cancer Research Center, PO. Box 19024, Seattle, WA 98109-1024. The services herein are being procured in accordance with the simplified acquisition procedures authorized by FAR Part 13. The North American Industry Classification System Code is 541690 and the business size standard is $7 M. The period of performance shall be twelve (12) months from date of award. Telomeres are protective structures that cap the end of all eukaryotic chromosomes, and are approximately 5-15 kilobases long in most human cells. Telomere shortening has been shown to be related to increased risk for several cancers including head and neck, renal, bladder, lung, and breast. The HEAL Study of Breast Cancer Prognosis is an excellent resource to examine the association between telomere and breast cancer prognosis given the available stored DNA, the long period of follow-up, and the multi-ethnic design. The HEAL cohort is an observational study of 1183 women with early stage breast cancer who have been followed for up to 10 years. Women are enrolled in three sites across the US: New Mexico, Seattle, and Los Angeles. The study was designed to examine the association of weight, physical activity, diet, serum hormones, tumor characteristics, and breast cancer prognosis. In order to improve the comparability of telomere assay results across the three study sites, it is important to have the DNA from all study samples extracted at one location using the same extraction method. Specifically, the contractor shall: 1) oversee DNA extraction for the HEAL study sites; 2) coordinate with the study laboratory to establish protocols and set up quality assurance procedures; 3) review study data for quality assurance issues, and 4) serve as a liaison between the NCI, clinical sites, and the study laboratory on scientific issues including providing statistical expertise and recommendations for data analyses and interpretation of related telomere work. The Fred Hutchinson Cancer Research Center, Office of Sponsored Research is uniquely qualified to perform the requested services. The work will be performed under the leadership of Dr. Duggan, Staff Scientist and Dr. Wang, Statistician who are co-investigators of the HEAL study and have access to the HEAL Study samples. Drs. Duggan and Wang have been identified as the most appropriate personnel to perform the tasks of this project for conformity of data and study methods. Dr. Duggan’s experience as coordinator and manager of the FHCRC cohort, as well as, manager of other large data initiatives including the NCI TREC initiative make this laboratory within the FHCRC solely qualified to manage this procurement. In combination with the center’s access to HEAL study samples, the aforementioned expertise in biochemistry and epidemiology provides the knowledge to understand assay results to coordinate implementation and completion of telomere assays within the HEAL cohort. This is not a request for competitive quotation. However, if any interested party believes it can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can meet this requirement. One (1) original and one (1) copy of the capability statement must be received in the contracting office by 11:00 a.m. ET on September 7, 2009. All questions must be in writing and can be faxed to 301-402-4513 or sent via email to Ashley Virts at [email protected]. It is the vendor’s responsibility to ensure questions have been received. 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, contractor must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). Please reference NCI-90123-AV on all correspondence.
Bid Protests Not Available

Similar Past Bids

Location Unknown 17 Oct 2012 at 3 PM
Location Unknown 19 Aug 2008 at 5 PM
Michael Illinois 29 Jul 2022 at 6 PM
Location Unknown 14 Aug 2008 at 2 PM