Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract.
Period of performance shall be for 12 months from date of award.
The contractor shall assess whether shortened telomere lengths in blood cells or histologically defined tissue compartments of breast biopsies showing a range of diagnoses (benign, precursors of cancer and cancer) are related to higher mammographic density or lesion severity. NCI hypothesizes that elevated density is related to stimulation by growth factors or hormones. Accordingly, breast cancer risk factors that are associated with modulation of these factors may be related to shortened telomeres in blood cells. Increased proliferation in breast tissues derived from mammographically dense breast tissue and neoplastic breast lesions may be related to short telomeres.
The contractor shall perform Q-FISH telomere length assays on breast biopsies and PCR-based telomere assays on blood DNA collected from 200 participants in the BREAST Stamp Project to assess whether shortened telomeres, a feature associated with cancer, is related to elevated mammographic density and breast cancer.
Johns Hopkins University pioneered the method of Q-FISH for telomere length in paraffin embedded tissues and have the most experience in this method. The proximity to the NCI will facilitate the repeated close interactions that will be required for the success of the project. In particular, this project will require meticulous image analysis of defined regions in breast tissue. The contractor has performed similar work previously on benign endometrial tissues and the NCI now will compare results from the normal breast structures and normal endometrial tissues analyzed in the other project. The suggested source has established the feasibility of this work by performing pilot testing on samples from the BREAST Stamp Project.
This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI Office of Acquisitions on or before 11:00 AM EST on September 2, 2010. No electronic capability statements will be accepted (i.e. email or fax). An original and one copy must be sent to the NCI Office of Acquisitions at the address stated above. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Marino, Contract Specialist, at [email protected]. A determination by the Government not to compete this proposed contract 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 certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference solicitation number NCI-100190-MM on all correspondence.