Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

B -- Analysis of Unique Neurodevelopmental Disorder Data

Notice Date
3/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800063-BB
 
Archive Date
4/4/2018
 
Point of Contact
Danielle R. Brown, Phone: 301 480 2385
 
E-Mail Address
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE OF PROPOSED ACQUISITION National Institute on Drug Abuse, Office of Management, Office of Acquisition (-OA) Neurosciences Consolidated Operation Acquisition Center (COAC) ________________________________________ (FAR Subparts 5.101(a) (2), (2) (i), & 13.105) Announcement Number: NIHDA201800063-BB Date Notice Posted: Wednesday, March 7, 2018 Responses Due: Tuesday, March 20, 2018 Project Title: Analysis of Unique Neurodevelopmental Disorder Data Contracting Office: National Institute on Drug Abuse (NIDA), Neurosciences Consolidated Operation Acquisition Center (COAC), Office of Acquisition (OA), Station Support Contracts and Simplified Acquisition Branch (SS/SA) Contact Points: Contracting Officer: Rachelle C. Trice, EdD, Neuroscience Center, NIMH Division II, Rockville, MD 20852, Rachelle.trice@nih.gov Contract Specialist: Danielle R. Brown, Neuroscience Center, NIMH Division II, Rockville, MD 20852, Danielle.brown2@nih.gov ________________________________________ Acquisition Authority: This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 05-97 dated January 24, 2018. North American Classification System (NAICS) Code: 541720 - Research and Development in the Social Sciences and Humanities Small business size standard: $20.5 Million Set-aside Status: Not Applicable Competition Status: This requirement is posted as noncompetitive. Non-Competitive (Single-sole Source (Including brand-name)) Determination: This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Ms. Lisa Joseph, Unit 3230 Box 178, DPO, AA 34301. Description of Requirement: The purpose of this order is to procure contractor support services to analyze clinical data from participants from collaborative protocols within the Neurodevelopmental and Behavioral Phenotyping Service (NBPS), including a project characterization of youth with sex chromosome aneuploidies the vendor will use laboratory resources (NIH issued laptop) to analyze clinical data from subjects. The vendor will write and edit manuscripts for submission and will serve as a co-author on additional papers. The Neurodevelopmental and Behavioral Phenotyping Service, National Institute of Mental Health, conducts clinical research on a variety of childhood behavioral problems including research to identify clinical factors which influence the onset and expression of behavioral symptoms. Identifying behavioral phenotypes will aid in the development of more effective treatment and prevention strategies for childhood disorders. Summary Statement: All responses to this solicitation notice must be received by Tuesday, March 20, 2018 at 11:00AM Eastern Standard Time, and must reference the announcement number specified, NIHDA201800063-BB. Responses may be submitted electronically to Ms. Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. Fax responses will not be accepted. 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 respondents must have an active registration in the System for Award Management (SAM) www.sam.gov. Closing Statement: "All responsible sources may submit response which, if timely received, must be considered by the agency." STATEMENT OF WORK (SOW) - SERVICES GENERAL INFORMATION Title of Project: Analysis of Unique Neurodevelopmental Disorder Data Statement of Need, Purpose, and/or Objective: The purpose of this order is to procure contractor support services to analyze clinical data from participants from collaborative protocols within the Neurodevelopmental and Behavioral Phenotyping Service (NBPS), including a project characterization of youth with sex chromosome aneuploidies the vendor will use laboratory resources (NIH issued laptop) to analyze clinical data from subjects. The vendor will write and edit manuscripts for submission and will serve as a co-author on additional papers. Background Information: The Neurodevelopmental and Behavioral Phenotyping Service, National Institute of Mental Health, conducts clinical research on a variety of childhood behavioral problems including research to identify clinical factors which influence the onset and expression of behavioral symptoms. Identifying behavioral phenotypes will aid in the development of more effective treatment and prevention strategies for childhood disorders. Period of Performance: One year from date of award. Background Information: The Neurodevelopmental and Behavioral Phenotyping Service, National Institute of Mental Health, conducts clinical research on a variety of childhood behavioral problems including research to identify clinical factors which influence the onset and expression of behavioral symptoms. Identifying behavioral phenotypes will aid in the development of more effective treatment and prevention strategies for childhood disorders.. SCOPE OF WORK General Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: Specific Requirements: This contract will allow the vendor to analyze data from several ongoing projects in which the vendor had collected the data through behavioral assessments. These projects include analysis of data from children and adults with sex chromosome aneuploidies (SCA) and several other genetic disorders that are characterized through neurodevelopmental assessments in the Neurodevelopmental and Behavioral Phenotyping Service (NBPS). The vendor will use laboratory resources (NIH issued laptop) to analyze data and will then characterize and determine the presence of neurodevelopmental disorders in this sample. The vendor will write, contribute to, and edit manuscripts for submission and will serve as co-author on additional papers. LEVEL OF EFFORT: GOVERNMENT RESPONSIBILITIES The vendor will use government owned computer in a telework capacity. The vendor will not need access to the National Institutes of Health, Building 10, Room 1C250. It is not anticipated that the vendor will require access to NIH facilities on federal holidays. DELIVERY OR DELIVERABLES The vendor will provide analysis of clinical data from children and adults with genetic disorders and neurodevelopmental problems such as intellectual disability and autism spectrum disorder. They will provide analysis of cognitive and behavioral data from these participants. The vendor will write and edit manuscripts for submission and will serve as a co-author on additional research papers. REPORTING REQUIREMENTS The vendor will provide results of the analysis of samples described above on a weekly basis. Manuscripts and research papers will be written when data compilation has been completed. OTHER CONSIDERATIONS Travel: Travel: Performance of the duties included in this contract will not involve any travel. All work will be completed at either the vendors approved telework location or the National Institutes of Health in Bethesda, MD. Key Personnel: The expectation for the key personnel is that they be an expert in neurodevelopmental disorders, and particularly have hand-on experience both conducting assessments. Key personnel should also be able to analyze data on pediatric populations including rare genetic disorders, autism spectrum disorder and severe and profound intellectual disability. Information System Security Plan: Contractor personnel performing work under this contract shall satisfy all requirements for appropriate security eligibility as specified in the sole-single source justification in dealing with access to sensitive information and information systems belonging to or being used on behalf of the Office of the Clinical Director. To satisfy those requirements, a Low Risk Background Investigation shall be conducted prior to performing work under this contract. Appropriate background investigation forms will be provided upon contract award, and are to be completed and returned to ORS/DPSAC within 30 days for processing. Contractors will be notified when the investigation has been completed and adjudicated. All costs associated with obtaining clearances for contractor-provided personnel will be the responsibility of the contractor. Further, the contractor will be responsible for the actions of all individuals provided to work under this contract. If damages arise from work performed by contractor-provided personnel under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. Data Rights: The Office of the Clinical Director, NIMH shall have unlimited rights to and ownership of all deliverables provided under this contract, including reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic contract/order and any optional task deliverables exercised by the contracting officer. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General," is hereby incorporated by reference and made a part of this contract/order. Section 508-Electronic and Information Technology Standards: The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. Publications and Publicity: The vendor will be involved in data analysis, data entry, and writing and editing manuscripts for submission and will serve as a co-author on additional research papers. Confidentiality of Information: NIMH is providing information/data of a personal nature about individual(s) or proprietary information data, in the form of de-identified data from a study protocol, so although information is confidential, it will not be identifiable. The contract will include having such data be handled in accordance with the guidelines of the NIH IRB under which these protocols are approved, and which the contractor is listed as an investigator. Data will be stored on a password-protected server (behind the NIH firewall). ATTACHMENT 1: Technical Evaluation Criteria The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below: The proposal should be no longer than 3 pages, excluding key personnel resume(s)/curriculum vitae. Factor 1: Technical Approach (30 Points) The Contractor shall be evaluated for understanding of the requirements in accomplishing the statement of work. The offeror's technical approach shall indicate compliance with the requirements as outlined in the statement of work. Factor 2: Key Personnel (30 Points) The Contractor shall provide key personnel that are able to provide the following document experience, educational background and training, and availability of the proposed staff and their designated responsibility on the project. This includes the education, experience, managerial competence and time commitment of the proposed project manager and the experience, technical competence, and time commitment of other staff; staff expertise in travel logistics. Factor 3: Past Performance (40 Points) The Contractor shall provide at least two (2) past performance references with knowledge of the contractor's relevant skills and experience related to the requirements outlined in this Statement of Work. References shall include the following information: a)Name of Organization b)Description of Contractor's Responsibilities as they relate to this SOW c)Contract Period of Performance d)Contact Name and Title e)Telephone Number f)E-mail Address g)Contact Name, Title, and Telephone Number Past Performance shall be evaluated for relevance to the current requirement. Documented successful past performance reflecting knowledge of NIH policies and programs, meeting planning experience, and expertise in travel support. Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent (90 - 100) Very Good (80 - 89) Good (70 - 79) Fair (60 - 69) Poor (0 - 59) Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Very Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Good The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral. Fair The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Poor The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800063-BB/listing.html)
 
Place of Performance
Address: 6001 Executive Boulevard, Rockville, Maryland, 20904, United States
Zip Code: 20904
 
Record
SN04845509-W 20180309/180307231222-5503ad8029e0fce8e55da0c1aab14894 (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.