Federal Bid

Last Updated on 22 Jul 2021 at 8 PM
Sources Sought
Rockville Maryland

Microbiome profiling for epidemiologic studies

Solicitation ID SBSS_75N91021Q00180
Posted Date 22 Jul 2021 at 8 PM
Archive Date 21 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nih National Cancer Institute
Agency Department Of Health And Human Services
Location Rockville Maryland United states 20850

This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI).

The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 541380 with a size standard in dollars is $16.5M.

As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.  However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.

BACKGROUND

Throughout the last few decades, cohort-based observational studies have helped researchers to better understand the complex etiology of cancer, and have provided fundamental insights into key environmental, lifestyle, clinical, and genetic determinants of this disease and its outcomes. The mission of the Division of Cancer Epidemiology and Genetics (DCEG), National Cancer Institute (NCI) is to conduct population and multidisciplinary research to discover the genetic and environmental determinants of cancer and new approaches to cancer prevention. The ability to identify molecular profiles that reflect the onset and progression of different forms of cancer is essential to DCEG’s mission.

There is a growing appreciation of the importance of microbiota (the population of microbial species living in and on the human body) to health and disease. The human microbiota is a complex microbial ecosystem and may play important roles in common health disorders such as obesity, diabetes, inflammatory bowel disease, and various cancers. The efficient characterization of the microbiota using high-throughput sequencing (i.e., to study the microbiome) has the potential to revolutionize research in chronic disease etiology. Using whole-genome DNA sequencing (shotgun metagenomics) or amplicon sequencing of the microbiome in combination with findings from genomic studies holds important promise for elucidating the etiology of a wide variety of cancers.

DCEG is conducting numerous types of studies, i.e., cross-sectional, intervention studies, case-control studies, and prospective cohort studies of the microbiome.

SCOPE

The Contractor shall provide microbiome profiling services for DCEG studies.

CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS

The Contractor shall measure relative concentrations of bacterial, archaeal, and fungal operational taxonomic units in different biological samples and deliver the test results to the Government. Responsibilities of this task include – but are not limited to – the following:

  1. Provide microbiome profiling services using shotgun metagenomic DNA sequencing or amplicon sequencing of targeted marker genes including the 16S ribosomal gene and ITS genes, and custom-designed quantitative PCR, from biological samples of various types including various tissue biopsies, stomach wash, saliva or mouthwash, and stool collected in different medium.
  2. Deliver test results to the TPOC or COR identified in the Order.
  3. Aliquot samples.
  4. Return residual samples to the NCI.
  5. Securely store and maintain test results.
  6. Provide written reports.
  7. Return samples to the Government, when required.

GOVERNMENT RESPONSIBILITIES - PROVISION OF SAMPLES

The Government shall provide samples to the Contractor within the timeframe specified at the order level.  

TYPE OF ORDERS

Orders issued against this contract shall be firm fixed-price.

How to Submit a Response:

Page Limitations:

Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12  point font minimum)  that clearly details the ability to perform the requirements of the notice described above.  All proprietary information should be marked as such.   Responses should include a minimum of two pages demonstrating experience over the past two years meeting the requirements of this notice.  Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern’s name and address).  Responses will be reviewed only by NIH personnel and will be held in a confidential manner.

Due Date: 
Capability statements are due no later than 4:00 PM. EST on August 6, 2021.

Delivery Point:
All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. Written responses can be emailed to Jolomi Omatete, Contracting Officer at [email protected] or mailed to the address located under Point of Contact.  All questions must be in writing and submitted via email.  A determination by the Government not to compete this 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.  In order to receive an award, contractors must have valid registration and Representations and Certifications Application at www.sam.gov.  No collect calls will be accepted.  Please reference number SBSS_75N91021Q00180 all correspondence.

Disclaimer and Important Notes:

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, an RFQ may be published.  However, responses to this notice will not be considered adequate responses to a solicitation(s).

Point of Contact:

Inquiries concerning this Notice may be direct to:

Jolomi Omatete

Jolomi [email protected]

Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.

Bid Protests Not Available

Similar Past Bids

Center Kentucky 26 Jul 2013 at 6 PM
Bethesda Maryland 25 Aug 2020 at 2 PM
Location Unknown 13 Feb 2017 at 3 PM
West lafayette Indiana 17 Aug 2023 at 6 PM