Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

R -- Professional, Scientific and Technical Services

Notice Date
2/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HL)-2010-080-DLM
 
Archive Date
3/11/2010
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This is a modification to the original notice that was published on January 21, 2010, Solicitation number NHLBI-PB-(HG)-2010-065-DLM. This is a revised solicitation with additional clarifying information. The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-38 (1/11/2010). Period of performance: The proposed performance for this service will consist of one (12) month basic contract period of twelve months and will include two (2) options to renew for a twelve month period. The North American Industry Classification (NAICS) Code is 541990 and the business size standard is $7.0M Per Annum. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the National Institute of Human Genome Research (NHGRI) Intramural Research Program, Office of the Clinical Director requires statistical and administrative support assistance. The statistical expert should be a senior level expert in the development and execution of clinical research protocols. The Office of the Clinical Director also requires administrative support assistance for the Data Safety and Monitoring Board (DSMB) and will provide written reports to the Director, NHGRI and to NHGRI, Institutional Review Board (IRB) as required by the DSMB charter. The Contractor must have extensive experience in statistical consultation and IRB/DSMB administration for NIH Institutes and other Biomedical entities. Background Information: The NHGRI Intramural Research Program, through the OCD, conducts natural history studies and therapeutic drug trials on rare diseases; statistical expertise is essential to determine the number of patients needed to discern a difference among groups and to choose an appropriate study design. Scope of Project/Work: The Office of the Clinical Director (OCD), NHGRI, seeks contract assistance for two areas crucial to the mission of the Institute. The first involves senior level statisticians to assist in the development and execution of clinical research protocols. Issues to be addressed include power analyses, sample size, group analyses, trends, and stopping rules, as well as more complex topics. The NHGRI Intramural Research Program, through the OCD, conducts natural history studies and therapeutic drug trials on rare diseases; statistical expertise is essential to determine the number of patients needed to discern a difference among groups and to choose an appropriate study design. This work is especially critical for trials involving investigational drugs (e.g., nitisinone for alkaptonuria and pirfenidone for pulmonary fibrosis in Hermansky-Pudlak syndrome), since these require an Investigational New Drug exemption for which annual reports to the FDA are obligatory. The Investigational New Drug exemptions are held by a member of the NHGRI faculty. In addition, future clinical trials are planned for rare diseases such as Hereditary Inclusion Body Myopathy and Autosomal Recessive Polycystic Kidney Disease; these studies will require extensive statistical consultations. Some pre-clinical studies also require statistical expertise provided by this contract. The second area of support required by the NHGRI OCD involves administrative assistance for the Institute’s Data Safety and Monitoring Board (DSMB), which includes a Principal Investigator, Executive Secretary and Administrative Coordinator. This committee serves the NHGRI Institutional Review Board (IRB) by reviewing clinical protocols in which there is an intervention, especially if a placebo is involved. The DSMB advises on issues such as study design, power estimates, stopping rules, interim analyses, and adverse event reporting. Members of the DSMB also assess objectively the seriousness of unexpected adverse events. The DSMB provides statistical, clinical research, and medical expertise on an essentially volunteer basis, except for expenses. Contract support is needed for arranging meetings, recording minutes, and communicating with and reimbursing members of the DSMB. The contract agency also provides formal, written reports to the Director, NHGRI, and to the NHGRI IRB, as required by the DSMB charter. For statistical work, initial and follow-up meetings will be held at the NHGRI offices of the investigators seeking consultation. Much of the data analysis and planning, however, will be performed at the Contractor’s Offices. For administrative support to the DSMB, the work will be performed at the Contractor’s, site except for the annual meeting of the DSMB, which is held on the NIH campus in Bethesda. For statistical consulting, reports of sample size, power analysis, stopping rules, etc., are required to be delivered by the Contractor to the NHGRI physician or scientist seeking the consultation. For administrative assistance to the DSMB, the deliverables consist of the arranging of DSMB meetings and conference calls, and the preparation of minutes of the meetings, agendas, certificates of compliance with Conflict of Interest rules, and reports of deliberations. These must be certified by the Director of NHGRI and delivered to the NHGRI Institutional Review Board and the NHGRI Clinical Director, in a timely fashion as stipulated by the DSMB Manual of Operations. Estimate of Effort The types of personnel and estimated levels of effort identified below are considered to be the average required for successful completion of NHGRI objectives. Effort is shown as a percentage of fulltime equivalent (FTE) labor one year (twelve months) and two option years for the same (FTEs). The personnel and levels of effort listed below are for information only and are not to be considered restrictive for proposal purposes. BASE YEAR with two Option Years Labor CategoryLabor Hours (Yearly) Senior Statistician100 Administrative Assistance: Principal Investigator30 Executive Secretary55 Administrative Coordinator20 Other Direct Costs 1 Total206 Hours (Yearly) Evaluation Criteria and Points Each applicant’s proposal will be evaluated and scored according to the following criteria: Past Experience Offerors shall submit the following information as part of their business proposal (for both the offeror and proposed major subcontractors): A list of the relevant contracts, grants, or cooperative agreements completed during the past two years and all contracts currently in progress for products or services similar to the solicitation work scope. The list may include agreements entered into with the Federal Government, agencies of state and local governments, and commercial organizations. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts performed by all proposed key personnel. Include the following information for each contract or subcontract: a) Name of Contracting Organization b) Contract Number (for subcontracts, provide the prime contract number and subcontract number) c) Contract Type d) Total Contract Value e) Description of Requirement f) Contracting Officer’s Name, Telephone Number, and E-mail Address g) Project Officer’s Name, Telephone Number, and E-mail Address Each offeror will be evaluated on their performance under existing and prior contracts for similar products or services. Performance information will be used for responsibility determinations. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the acquisition under consideration. The Government is not required to contact all references provided by the offeror. References other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of an offeror’s past performance. The offeror shall include all information that documents and/or supports the Qualification Criteria in one clearly marked section of the proposal. The following criteria are listed below in the order of relative importance with weights assigned for evaluation purposes. CRITERION Past Performance/Quality of Work The offeror’s record of confirming to specifications and to standards of good workmanship, past performance and quality of work. (Weight 35 Points) Interest of the Customer The offeror’s business-like concern for the interest of the customer. (Weight 35 Points) Customer Satisfaction The offeror’s history of reasonable and cooperative behavior and commitment to customer satisfaction. (Weight 30 Points) The Offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), the Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The Offeror must include in their quotation the labor rates, travel, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and Online Representations and Certifications Application (ORCA) www.bpn.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested parties capable of furnishing the Government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis or by February 24, 2010, 7:30am, Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HG)-2010-080-DLM. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, 6701 Rockledge Blvd., Room 6149, Bethesda, Maryland 20892, Attention: Dorothy Maxwell. Emails will be accepted at maxwelld@mail.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2010-080-DLM/listing.html)
 
Place of Performance
Address: NIH, United States
 
Record
SN02070108-W 20100221/100219235651-a8f0af5a7c30f64c87975616f3d84b7f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.