Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
DOCUMENT

Q -- Clinician - Infectious Disease Language

Notice Date
8/20/2008
 
Notice Type
Infectious Disease Language
 
NAICS
622310 — Specialty (except Psychiatric and Substance Abuse) Hospitals
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ107661-1
 
Response Due
9/4/2008
 
Archive Date
9/19/2008
 
Point of Contact
Andrea C McGee,, Phone: 301-402-0735
 
E-Mail Address
andrea_mcgee@nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental 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. The solicitation number for this acquisition is RFQ107661-1 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 622310. Introduction: The Biomechanics Laboratory at the National Institutes of Health is located in the world's largest clinical research facility - the Hatfield Clinical Research Center. This laboratory has an outstanding history of technology development, translational research, and clinical applications in the field of human movement analysis for rehabilitation research and patient care. Background: The Biomechanics Laboratory has developed the infrastructure to support a significantly expanded research mission that requires ongoing support for extensive human subject testing. The staff and collaborating scientists execute independent research initiatives. The primary goal of these activities is to accurately predict the effects of disease and rehabilitation treatment on an individual’s ability to perform functional movement tasks. The activities involved are technically and administratively intensive, requiring a substantially broad knowledge of kinesiology, computer-based human movement analysis procedures, and administrative support processes. Purpose: The contractual Staff Clinician will enhance our current team of engineers, therapists, post docs and investigators by creating a flourishing environment for the expansion of the clinical aspects of rehabilitation research. Scope of work/Tasks: a.Provide medial expertise and support to clinical research already established in the Branch specifically the projects entitled “Coupled Proprioception and Multi-joint Movement in the Lower Extremity,” “Rigid Body Database,” “Hypertonia in Cerebral Palsy” and “Virtual Functional Anatomy.” b.Provide medical expertise and support the development of new protocols including those created by the incoming Directory of the Laboratory. c.Provide medical expertise and training opportunities to PDB, RMD, and Clinical Research Center’s Medical Staff in support of patient care services. d.Assist in the production of textbook on use of Ultrasound in neuromuscular injections e.Perform other tasks as requested by the Director of the Biomechanics Lab and the Chief of RMD.. Government Property: All materials, equipment, hardware and data provided by PDB to the contractor to carry out tasks listed will be considered the property of the United States Federal Government. Period of Performance: September 13, 2008 to September 12, 2009 Evaluatin Criteria 50 points The candidate should demonstrate the ability to effectively assist in the execution of research within the Rehabilitation Medicine Department at the NIH, CRC, with particular emphasis on both research related responsibilities as well as direct patient contact. This assistance includes the performance of appropriate physical exams, clinical interpretation of gait analysis findings, the use of botox for neuromuscular injections, and the ongoing treatment of patients with a wide variety of disabling conditions, including Cerebral Palsy, Ontogenesis Imperfecta, and Patella-Femoral Syndrome. The candidate should possess the education and experience to conduct high quality scientific research, with a specific professional background in pediatric physiatric rehabilitation. Board Certification in Physiatry is critical. This education and experience should also include knowledge of individuals with disabilities. In order to fulfill the Government’s requirement, the candidate should demonstrate good organizational skills, the ability to establish priorities, analyze and solve problems, make decisions, and make recommendations based on supporting data and judgment. Training, consultation, and technical assistance10 points The candidate should demonstrate the ability to provide authoritative technical assistance, instruction, and consultation to RMD staff, residents, trainees, fellows, and students in their areas of substantive expertise including pediatric rehabilitation, neuromuscular injections, as well as gait training and orthotics and prosthetics. Teamwork and communication25 points The candidate should demonstrate the ability to work well in a team, interacting effectively with a wide variety of staff to implement section and departmental objectives while observing institutional policies. The candidate should demonstrate effective communication, verbally and in writing. Professional growth and career development15 points The candidate should possess a demonstrated track record of professional growth and development that enhance job related skills and performance and serve as preparation for new and advanced opportunities within the field of rehabilitation science. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions – Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. This purchase order shall be for a basic contract period of 10 months. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www..arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than _09/04/08 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before 09/13/2008. No Phone Calls Please. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, 08/27/2008. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1bcd6b346b3f5e1005b9e42c56a7bbda&tab=core&_cview=1)
 
Document(s)
Infectious Disease Language
 
File Name: Language regarding Infectious Disease (infectiousdiseaselanguage.doc)
Link: https://www.fbo.gov//utils/view?id=e526954c9f7e2300af490117848f0e2f
Bytes: 130.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Bldg. 10, 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01645612-W 20080822/080820220951-1bcd6b346b3f5e1005b9e42c56a7bbda (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.