Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

B -- Analysis of Recovery after an Initial Schizophrenic Episode (RAISE) / First Episode Psychosis (FEP) data to determine the Programs’ Cost Saving Estimation to Private Health Plans - Package #1

Notice Date
9/15/2016
 
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 Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-2016-615
 
Point of Contact
Richard Clinkscales, Phone: 3018275302
 
E-Mail Address
richard.clinkscales@nih.gov
(richard.clinkscales@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Title: Analysis of Recovery after an Initial Schizophrenic Episode (RAISE) / First Episode Psychosis (FEP) data to determine the Programs' Cost Saving Estimation to Private Health Plans (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). Solicitation number HHS-NIH-NIDA-SSSA-2016-615 is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Mental Health (NIMH), intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Douglas L. Leslie, Ph.D., 40 Orchard Road, Hummelstown, PA 17036-9242 to conduct analysis of Recovery after an Initial Schizophrenic Episode (RAISE) / First Episode Psychosis (FEP) data to determine the Programs' Cost Saving Estimation to Private Health Plans. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR Subpart 13.106 (b) (1)(i) Soliciting from a single source. Based upon the results of the market research conducted under the FBO sources sought notice number, the Contracting Officer has determined that the circumstances of the requirement action deem only one source reasonably available. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1, dated August 15, 2016. (iv)The associated NAICS code 541990-All other Professional Scientific and Technical Services and the small business size standard $15.0 M. This requirement is not a small business socio-economic set-aside. (v)Analysis of Recovery after an Initial Schizophrenic Episode (RAISE) / First Episode Psychosis (FEP) data to determine the Programs' Cost Saving Estimation to Private Health Plans (vi)Background: The National Institute of Mental Health NIMH competitively awarded contracts to treatment experts in schizophrenia to test a comprehensive coordinated package of pharmacologic and psychosocial treatments for first episode psychosis (FEP) against real word settings using existing financial reimbursement methods. The first findings concerning the cost-effectiveness of the Recovery after Initial Schizophrenia Episode (RAISE) http://www.nimh.nih.gov/health/topics/schizophrenia/raise/index/shtml were at the May 2015 Annual Meeting of the American Psychiatric Association in Toronto Canada (http://www.annualmeeting.psychiatry.org). Parallel to this activity analysis was conducted calculating potential cost-savings from RAISE/FEP type interventions using data from the Medicaid (MAX) files as a comparator representing "real-word" setting care for people with early psychosis. Enrollment of first-episode patients with schizophrenia to the RAISE study stared in 2010 and continued into 2012. The first empirical findings from the study were available in 2013 and the first findings of the cost-effectiveness analysis were reported at the May 2015 Annual Meeting of the American Psychiatric Association. The paper was recently published in the Schizophrenia Bulletin (Jan 31, 2016.) Parallel with the traditional CEA study from the randomized clinical trial, additional analysis was conducted updating the potential cost-saving estimates using 2005-2007 Medicaid Analytic File (MAX) data as a comparator for RAISE/FEP type services interventions in real-world settings. This estimation applied a decision analytic model and calculated potential cost savings specifically from the Medicaid program's perspective, which is the largest payer for FEP-related mental health services. Findings from the calculations using 2005-2007 Medicaid MAX data were presented at professional forums, and two important reasons emerged for recalculating the estimates: 1.Modify the sample selection criteria to reduce false positive cases and include co-morbid alcohol and substance abuse conditions into the cost data during the follow up period; and 2.Apply the decision analytic model to private insurers claims dataset using the period parallel with the RAISE RCT time frame (2010-2013) to generate net cost estimates for FEP patients who have not reached SSI/Medicaid disability yet but either as policyholders or dependents of policy holders get reimbursement for treatment from private insurance. During the period September 30, 2015 through March 31, 2016, additional analysis was conducted and the modification in the sample selection criteria did not significantly change the key findings of the cost calculations for FEP treatment cost under the Medicaid program. The statement of work is attached. (vii)The anticipated period of performance is September 29, 2016 through June 28, 2017. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (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. The following factors shall be used to evaluate offers: (i) Technical Capability: Documented evidence of their background, capability, and experience in: (1) the treatment and the conduct of research in schizophrenia and other mental health related diseases; (2) evidence of conducting data analysis of schizophrenia and other mental health related diseases; and (3) evidence of significant involvement in the RAISE / FEP Program; (ii) price; (iii) past performance. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Specifically, the clauses listed in FAR clause 52.212-5 applicable to the acquisition are: 52.219-28, Post Award Small Business Program Representation (JUL 3013) (15 U.S.C. 632(a)(2)) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) (xiii)There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The government's proposed level of effort is 220 labor hours. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by September 23, 2016, 12:00 PM Eastern Standard Time and reference number HHS-NIH-NIDA-SSSA-2016-615. Responses must be submitted electronically to Richard M. Clinkscales at clinkscalesrm@mail.nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Fax responses will not be accepted. (xvi)For information regarding the solicitation. Richard M. Clinkscales at (301) 827-5302.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-2016-615/listing.html)
 
Place of Performance
Address: Contractor's site, United States
 
Record
SN04273616-W 20160917/160915235851-acf835d1a5540c5dd27f1c702ccc30e2 (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.