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, 2017 FBO #5777
SOLICITATION NOTICE

B -- Baltimore Longitudinal Study of Aging (BLSA) Database Consulting Services - Statement of Work Attachment

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2017-789
 
Archive Date
10/5/2017
 
Point of Contact
Michelle C. Morelli, Phone: 3018270914
 
E-Mail Address
michelle.morelli@nih.gov
(michelle.morelli@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Attachment COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Baltimore Longitudinal Study of Aging (BLSA) Database Consulting Services (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) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-789 and the solicitation is issued as a Request for Quotation. 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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006- 2005-95, dated January 19, 2017. (iv) The associated NAICS code 541712 and the small business size standard 1000. This requirement is full and open with no set-aside restrictions. (v) The Contractor shall provide consulting services to support assembling the Baltimore Longitudinal Study of Aging database. Refer to attached "Statement of Work Attachment" for Request for Quotation (RFQ) project requirements. (vi) The purpose of this requirement to procure technical expertise to merge Baltimore Longitudinal Study of Aging (BLSA) MySQL and SAS data into a single cohesive dataset in an open non-proprietary format and to automate and document the process to ensure that as the study continues, new BLSA data becomes available in this open consistent dataset using a structured, and traceable process. The Baltimore Longitudinal Study of Aging (BLSA) studies age-related changes in medical, physiological, cognitive and physical functioning across the adult life span. BLSA participants visit on a regular schedule for testing designed to predict normal as well as pathological aging. Over the decades, the BLSA has collected a large variety of multi-dimensional data, which consists of standard clinical assessments as well as sub-studies that include specialized or experimental measurements. The BLSA data is both diverse and disperse, often organized by topic area or primary investigator. In contrast, analyses such as machine learning are data-driven approaches, which rely on a single cohesive, uniform, and complete dataset. Consulting services are required to support assembling the Baltimore Longitudinal Study of Aging database. (vii) The period of performance is one (1) year from date of award. (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. Refer to attached "Statement of Work Attachment" for evaluation criteria and methodology. (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. (xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. 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. 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 20, 2017 at 5 pm Eastern Standard Time and reference number HHS-NIH-NIDA-SSSA-CSS-2017-789. Responses may be submitted electronically to Michelle Morelli at michelle.morelli@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Michelle Morelli at 301-827-0914.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-789 /listing.html)
 
Record
SN04679724-W 20170917/170915231405-e0b18f4191b35ba9f6fe3c7bb3348553 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.