Federal Bid

Last Updated on 18 Apr 2014 at 8 AM
Solicitation
Location Unknown

Metabolomic Profiles and Pancreatic Cancer

Solicitation ID N02CP42517-57
Posted Date 20 Mar 2014 at 1 AM
Archive Date 18 Apr 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Cancer Institute, Office Of Acquisitions - Management Operations & Support Branch
Agency Department Of Health And Human Services
Location United states
The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Nutritional Epidemiology Branch (NEB), plans to procure on a sole source basis services to measure metabolomics markers related to pancreatic cancer in human serum samples from Metabolon, Inc. 617 Davis Drice, Suite 400, Durham, NC 27713.

This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1). The North American Industry Classification System code is 541380 and the business size standard is $14.0 Million.

Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract.

The period of performance is twelve (12) months from date of award.

It has been determined there are no opportunities to acquire green products or services for this procurement.

NCI/DCEG/NEB is conducting a metabolomic profile association study using serum samples collected prospectively in a nested case-control study of pancreatic cancer. The aim of the study is to identify metabolites associated with pancreatic cancer risk. Samples are to be run at Metabolon, Inc. using the Q-Exactive Mass-Spectrometry (MS) platform, with linkage of raw MS output to named and unnamed biochemicals. Metabolon Inc. is considered one of the leaders in the field of metabolomics. Metabolon Inc. has conducted previous analyses on pancreatic cancer cases and controls with the NCI.

The purpose of this procurement is to use metabolomics to identify biomarkers related to pancreatic cancer. The NCI will send 266 serum samples from pancreatic cancer case and control participants and quality control samples from the Alpha-Tocopherol Beta Carotene Cancer Prevention (ATBC) study cohort. Samples are to be run using the Q-Exactive Mass-Spectrometry (MS) platform, with linkage of raw MS output to named and unnamed biochemicals.

Contractor Technical requirements:
The contractor shall:

1. Store samples immediately in -80 degrees until ready for assays
2. Measure metabolites using Q-Exactive MS on 266 ATBC samples
The samples will be sent boxed in batches of 32. All batches and samples within the batches should be assayed in the order provided by NCI. All samples will be sent at the same time. All analytical work performed by the contractor will be conducted under conditions of careful quality control and will follow their usual quality control procedures. All contractor internal quality control charts will be provided to NCI after the first batch and at completion of the work. NCI will review the data for the blinded quality control samples to assure that satisfactory reproducibility is being provided.
3. Link MS output to named and unnamed biochemicals from a reference database
4. Communicate to Contracting Officer's Representative (COR) immediately via email or phone call if any problems. The contractor shall notify the COR 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. Deliver data to the NCI Contracting Officer's Representative (COR) as tables of named and unnamed biochemicals and relative concentrations. This will be delivered by e-mail as either an Excel file or text file.
6. After the assays are run on each batch, residual samples will 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 after the assays are completed and data approved by COR.

Government Responsibilities:
The COR will provide the contractor with anonymized serum specimens required for processing and analysis, review and approve all data, and provide consultation as needed.

Reporting Requirements and Deliverables:
The contractor shall provide to the NCI COR the tables of named and unnamed biochemicals and relative concentrations, all linked to sample IDs by batch and position of sample in batch. Data shall be in Excel or text file.

The contractor shall also return unused frozen serum samples sent frozen on dry ice via Fed-Ex, in original tubes where possible, to the NCI biospecimen repository in Frederick, MD, exact address supplied at award. at the

Inspection and Acceptance Criteria:
The COR will verify compliance with the protocol, approve data from the analyses, and arrange for unused materials to be returned to the NCI biorespository. The Contractor's report (outlined above) shall be subject to review and approval by the COR. Any deficiencies identified in these reports must be corrected within 2 weeks prior to final approval. These evaluations shall be performed in an ongoing fashion as needed.

Metabolon Inc. has conducted previous analyses on pancreatic cancer cases and controls that will be pooled with the results from this acquisition. If the same method and laboratory is not used to measure metabolites, then the Nutritional Epidemiology Branch (NEB) cannot combine the results from the two studies. For scientific comparability, it is critical that the metabolomic profiles be carried out at Metabolon, Inc.

This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response 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 11 AM EST, on April 3, 2014. All responses and questions must be in writing and faxed to 240-276-5399 or emailed to Reyes Rodriguez, Contracting Specialist via electronic mail at [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 Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov. Reference: N02CP42517-57 on all correspondence.

Bid Protests Not Available

Similar Past Bids

Location Unknown 26 Aug 2013 at 8 PM
Institute West virginia 01 Jun 2015 at 5 PM
Location Unknown 14 Aug 2013 at 8 PM
Bethesda Maryland 10 Jan 2024 at 2 PM
Location Unknown 01 Aug 2016 at 8 PM

Similar Opportunities

Oklahoma 13 Jul 2025 at 4 AM (estimated)
Oklahoma 13 Jul 2025 at 4 AM (estimated)
San francisco California 08 Jul 2025 at 12 AM
Marshall California 14 Jul 2025 at 10 PM