Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2013 FBO #4194
SOLICITATION NOTICE

A -- Board Certified Rehabilitation Physician

Notice Date
5/17/2013
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
622310 — Specialty (except Psychiatric and Substance Abuse) Hospitals
 
Contracting Office
6707 Democracy Blvd, Suite 106, MSC 5480 Bethesda MD 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
P13-009517
 
Response Due
5/24/2013
 
Point of Contact
Brian J. Lind, Contract Specialist, Phone 301-402-0735, Fax 301-594-5920
 
E-Mail Address
LindBJ@cc.nih.gov
 
Small Business Set-Aside
N/A
 
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, as supplemented with additional information included in this notice. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective April 1, 2013. This acquisition will be processed under FAR Part 12, Simplified Acquisition Procedures (SAP), Acquisition of Commercial Items, and is full and open. The Solicitation Number for this acquisition is P13-009517 and is being issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) Code for this procurement is 622310 and the Small Business Size Standard is $35.5 million dollars. BACKGROUND The Rehabilitation Medicine Department (RMD) resides within the Mark O. Hatfield Clinical Research Center, a state of the art, 250-bed biomedical research hospital located on the campus of the National Institutes of Health in Bethesda, MD. The RMD was established to perform cutting edge rehabilitation research and to provide the highest quality rehabilitation assessment and treatments for patients with complex medical conditions. The Department initiates, collaborates in, and supports biomedical research conducted at the Clinical Center. The Functional & Applied Biomechanics Section 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. 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. STATEMENT OF OBJECTIVES The purpose of this solicitation is to procure the Board Certified Rehabilitation Physician to provide excellent patient care and to advance rehabilitation science at the NIH with the aim of improving an individual's ability to perform functional movement tasks. The activities involved are technically and administratively intensive, requiring a substantially broad knowledge of diagnostic medicine for persons with complex movement or musculoskeletal disorders, kinesiology, computer-based human movement analysis procedures, research methods, scientific writing, and administrative support processes. The rehabilitation physician will work a total of 14.5 hours a week for 50 weeks a year for a total level of effort of 725 hours per year. STATEMENT OF WORK The Contractor shall provide scientific support services for the Rehabilitation Medicine Department in conjunction with Government personnel to complete defined tasks. Specific Tasks The services provided include: a. Clinical consultation for NIH protocols requesting gait evaluation or evaluation of other complex movement disorders through the motion analysis laboratory b. Perform and interpret fine wire Electromyography (EMG) c. Musculoskeletal imaging using ultrasound guided injections and interpretation of magnetic resonance imaging (MRI) data of the brain and musculoskeletal system to support Rehabilitation Medicine Department (RMD) clinical consultation services, research support services, as well as Section-initiated research, Train others in the use of these techniques for clinical and research purposes. d. Serve as the Medically Responsible investigator and/ or Associate Investigator on 8 active protocols in RMD and 6 protocols across 9 other Institutes (see list below of current active protocols being supported): RMD Protocols: 1. 90-CC-0168 A Rigid Body Data Base on Human Movement 2. 11-CC-0246 Characteristics and mechanisms of childhood-onset hemidystonia 3. 10-CC-0073 Physical, Functional and Neural Effects of Two Lower Extremity Exercise Programs in Children with Cerebral Palsy 4. 03-CC-0060 Virtual Function Anatomy (VFA) 5. T-CC-0346 Vasti Control of Patellofemoral Kinematics in Patients with chronic Patellofemoral pain. (approved) 6. T-CC-0466 Near-infrared spectroscopy and electroencephalography to assess and train cortical activation during motor tasks 7. T- CC-0426 Reliability and Accuracy of Remote Assessment of Elbow Joint in Neurological Disorders. 8. 11-CC-0203 Effect or Time varying walking velocity in body-weigth supported treadmill training Other Institute protocols are 13-N-0085, T-N-2515, 93-N-0202, 10-N-0009, 12-N-0104 and 85-N-0195. e. Perform History and Physical examinations for RMD research subjects who are patients (have a diagnosed movement or musculoskeletal disorder). f. Collaborate with other investigators who want to utilize RMD resources for their protocols and to assist in protocol design and implementation, interpretation and dissemination. g. Stimulation of more patient-based research in RMD to investigate pediatric movement disorders, greater research support to other institutes and centers, as well as fostering subject recruitment. h. Perform other tasks as requested by the Director of FAB and the Chief of RMD. i. Provide Clinical Research Information System (CRIS) documentation of completed gait consultations requested from RMD. j. Provide CRIS documentation of National Institute of Neurological Disorders and Stroke.(NINDS) clinical activities (monthly botulinum toxin clinic) k. Research collaboration as an associate investigator and/or co-author on scientific publications with NIN-scientists in RMD, the Clinical Center, or other institutes or centers PERIOD OF PERFORMANCE June 3, 2013 through December 15, 2013 (725 hours of Physician related services is anticipated during this performance period). TECHNICAL EVALUATION ELEMENTS In addendum to FAR 52.212-2; the following factors shall be used to evaluate offers: Mandatory Criteria The solicitation contains the following mandatory qualification criteria: 1. Have a medical license to practice in the US 2. Be Board certified in Pediatrics or Pediatric Rehabilitation AND Adult Rehabilitation AND EMG Diagnostics 3. Have a minimum of 5 years clinical expertise in diagnosis and treatment of patients with complex movement disorders Failure to adequately document compliance with any of the above listed mandatory requirements will result in the elimination of the Offeror's proposal from further consideration. The proposal will be considered to be non-responsive, and the Offeror will be disqualified. There are no points related to the mandatory requirements. The Mandatory requirements will be evaluated on a pass/fail basis. Evaluation Criteria Technical Experience 50 points Demonstrated experience with interpretation and analysis of 3D gait and movement analysis data. 20 points Demonstrated experience with in diagnostic ultrasound and ultrasound-guided injections. 30 points Past Performance 30 points Demonstrated clinical experience in working with children and adults with cerebral palsy through a resume or Curriculum Vitae (CV) that list past positions that were held, fellowship(s) completed, professional society membership, awards and\or honors received and inclusion on medical and scientific advisory boards Cost 20 points The business proposals will be evaluated to determine the reasonableness of the proposed price. The lowest total evaluated price will be assigned 20 points. Points for all other offers will be calculated as follows: Lowest Total Evaluated ------------------------------------------X 20 Points = Number of points to be assigned Offerors Total Evaluation Price Award Criteria Selection of an Offeror for award will be based on an evaluation of proposals against the evaluation factors specified above. Although technical experience is of paramount consideration in the award, Cost and Cost related factors as well as Past Performance are also important to the overall award decision. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFQ. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFQ. Total number of points possible will be determined as follows: Total Cost Points + Total Technical Evaluation Points = Total Points Awarded The following Provisions and Clauses apply: FAR 52.212-1 Instruction to Offerors-/Commercial Items (FEB 2012); FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (Additional Evaluation criteria set forth in the combined synopsis/solicitation; FAR 212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012); FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012), FAR 52.217-8 Option To Extend Services (NOV 1999); FAR 219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219.28 Post Award Small Business Program Representation (APR 2012); FAR 52.222-3 Convict Labor (JUN 2003); FAR 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009); FAR 52.223-6 Drug Free Workplace (May 2001), FAR 52.227-14 RIGHTS IN DATA - General (Dec 2007), FAR 52.228-5 Insurance - Working On a Government Installation (JAN 1997) and FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). Contracting Officer's Technical Representative The following Contracting Officer Representative (COR) will represent the Government for the purpose of this contract: To be determined at the time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change it's COR designation. NIH Information and Physical Access Security - Acquisition/Solicitation Language NIH INFORMATION AND PHYSICAL ACCESS SECURITY This acquisition requires the Contractor to: develop, have the ability to access, or host and/or maintain Federal information and/or Federal information system(s). access, or use, Personally Identifiable Information (PII), including instances of remote access to or physical removal of such information beyond agency premises or control. have regular or prolonged physical access to a -Federally-controlled facility,‖ as defined in FAR Subpart 2.1. The Contractor and all subcontractors performing under this acquisition shall comply with the following requirements: a. Information Type [ ] Administrative, Management and Support Information: [X ] Mission Based Information: Health Care Research and Practitioner Education Information Type Health Care Research and Practitioner Education fosters advancement in health discovery and knowledge. This includes developing new strategies to handle diseases; promoting health knowledge advancement; identifying new means for delivery of services, methods, decision models and practices; making strides in quality improvement; managing clinical trials and research quality; and providing for practitioner education. b. Security Categories and Levels Confidentiality Level: [ X ] Low [ ] Moderate [ ] High Integrity Level: [ ] Low [] Moderate [X ] High Availability Level: [ X ] Low [ ] Moderate [ ] High Overall Level: [ ] Low [ ] Moderate [ X ] High c. Position Sensitivity Designations The following sensitivity level(s), clearance type(s), and investigation requirements apply to this contract: [ ] Level 6: Public Trust - High Risk. Contractor/subcontractor employees assigned to Level 6 positions shall undergo a Suitability Determination and Background Investigation (BI). [ ] Level 5: Public Trust - Moderate Risk. Contractor/subcontractor employees assigned to Level 5 positions with no previous investigation and approval shall undergo a Suitability Determination and a Minimum Background Investigation (MBI), or a Limited Background Investigation (LBI). [ X ] Level 1: Non-Sensitive Contractor/subcontractor employees assigned to Level 1 positions shall undergo a Suitability Determination and National Agency Check and Inquiry Investigation (NACI). The Contractor shall submit a roster by name, position, e-mail address, phone number and responsibility, of all staff (including subcontractor staff) working under this acquisition where the Contractor will develop, have the ability to access, or host and/or maintain a federal information system(s). The roster shall be submitted to the Project Officer, with a copy to the Contracting Officer, within 14 calendar days of the effective date of this contract. Any revisions to the roster as a result of staffing changes shall be submitted within 15 calendar days of the change. The Contracting Officer will notify the Contractor of the appropriate level of investigation required for each staff member. An electronic template, "Roster of Employees Requiring Suitability Investigations," is available for contractor use at http://ocio.nih.gov/docs/public/Suitability-roster.xls Suitability Investigations are required for contractors who will need access to NIH information systems and/or to NIH physical space. However, contractors who do not need access to NIH physical space will not need an NIH ID Badge. Each contract employee needing a suitability investigation will be contacted via email by the NIH Office of Personnel Security and Access Control (DPSAC) within 30 days. The DPSAC email message will contain instructions regarding fingerprinting as well as links to the electronic forms contract employees must complete. Additional information can be found at the following website: http://idbadge.nih.gov/background/index.asp All contractor and subcontractor employees shall comply with the conditions established for their designated position sensitivity level prior to performing any work under this contract. Contractors may begin work after the fingerprint check has been completed. d. Information Security Training d.1 Mandatory Training All employees having access to (1) Federal information or a Federal information system or (2) personally identifiable information, shall complete the NIH Information Security Awareness Training course at http://irtsectraining.nih.gov/ before performing any work under this contract. Thereafter, employees having access to the information identified above shall complete an annual NIH-specified refresher course during the life of this contract. The Contractor shall also ensure subcontractor compliance with this training requirement. d.2 Role-based Training HHS requires role-based training when responsibilities associated with a given role or position, could, upon execution, have the potential to adversely impact the security posture of one or more HHS systems. Read further guidance at: Secure One HHS Memorandum on Role-Based Training Requirement- For additional information see the following: http://ocio.nih.gov/security/security-communicating.htm#RoleBased The Contractor shall maintain a list of all information security training completed by each contractor/subcontractor employee working under this contract. The list shall be provided to the Project Officer and/or Contracting Officer upon request. e. Rules of Behavior The Contractor shall ensure that all employees, including subcontractor employees, comply with the NIH Information Technology General Rules of Behavior, which are available at http://ocio.nih.gov/security/nihitrob.html. f. Personnel Security Responsibilities 1. The Contractor shall notify the Contracting Officer, Project Officer, and I/C ISSO within five working days before a new employee assumes a position that requires a suitability determination or when an employee with a suitability determination or security clearance stops working under this contract. The Government will initiate a background investigation on new employees requiring suitability determination and will stop pending background investigations for employees that no longer work under this acquisition. 2. The Contractor shall provide the Project Officer with the name, position title, e-mail address, and phone number of all new contract employees working under the contract and provide the name, position title and suitability determination level held by the former incumbent. If the employee is filling a new position, the Contractor shall provide a position description and the Government will determine the appropriate suitability level. 3. The Contractor shall provide the Project Officer with the name, position title, and suitability determination level held by or pending for departing employees. Perform and document the actions identified in the Contractor Employee Separation Checklist (attached) when a Contractor/subcontractor employee terminates work under this contract. All documentation shall be made available to the Project Officer and/or Contracting Officer upon request. g. Commitment to Protect Non-Public Departmental Information and Data 1. Contractor Agreement The Contractor, and any subcontractors performing under this contract, shall not release, publish, or disclose non-public Departmental information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of such information: - 18 U.S.C. 641 (Criminal Code: Public Money, Property or Records) - 18 U.S.C. 1905 (Criminal Code: Disclosure of Confidential Information) - Public Law 96-511 (Paperwork Reduction Act) 2. Contractor Employee Non-Disclosure Agreement Each employee, including subcontractors, having access to non-public Department information under this acquisition shall complete the Commitment to Protect Non-Public Information - Contractor Employee Agreement A copy of each signed and witnessed Non-Disclosure agreement shall be submitted to the Project Officer prior to performing any work under this acquisition. h. Loss and/or Disclosure of Personally Identifiable Information (PII) - Notification of Data Breach The Contractor shall report all suspected or confirmed incidents involving the loss and/or disclosure of PII in electronic or physical form. Notification shall be made to the NIH Incident Response Team via email (IRT@mail.nih.gov) within one hour of discovering the incident. The Contractor shall follow-up with IRT by completing and submitting one of the following two forms within three (3) work days: NIH PII Spillage Report [ http://ocio.nih.gov/docs/public/PII_Spillage_Report.doc ] NIH Lost or Stolen Assets Report [ http://ocio.nih.gov/docs/public/Lost_or_Stolen.doc i. Data Encryption The following encryption requirements apply to all laptop computers containing HHS data at rest and/or HHS data in transit. The date by which the Contractor shall be in compliance will be set by the Project Officer, however, device encryption shall occur before any sensitive data is stored on the laptop computer/mobile device, or within 45 days of the start of the contract, whichever occurs first. 1. The Contractor shall secure all laptop computers used on behalf of the government using a Federal Information Processing Standard (FIPS) 140-2 compliant whole-disk encryption solution. The cryptographic module used by an encryption or other cryptographic product must be tested and validated under the Cryptographic Module Validation Program to confirm compliance with the requirements of FIPS PUB 140-2 (as amended). For additional information, refer to http://csrc.nist.gov/cryptval. 2. The Contractor shall secure all mobile devices, including non-HHS laptops and portable media that contain sensitive HHS information by using a FIPS 140-2 compliant product. Data at rest includes all HHS data regardless of where it is stored. 3. The Contractor shall use a FIPS 140-2 compliant key recovery mechanism so that encrypted information can be decrypted and accessed by authorized personnel. Use of encryption keys which are not recoverable by authorized personnel is prohibited. Key recovery is required by -OMB Guidance to Federal Agencies on Data Availability and Encryption‖, November 26, 2001, http://csrc.nist.gov/drivers/documents/ombencryption-guidance.pdf. Encryption key management shall comply with all HHS and NIH policies (http://intranet.hhs.gov/infosec/docs/guidance/hhs_standard_2007.pdf) and shall provide adequate protection to prevent unauthorized decryption of the information. All media used to store information shall be encrypted until it is sanitized or destroyed in accordance with NIH procedures. Contact the NIH Center for Information Technology for assistance (http://cit.nih.gov/ProductsAndServices/ServiceCatalog/Services.htm?Service=Media+Sanitization+Service). j. Physical Access Security In accordance with OMB Memorandum M-05-24, the Contractor shall ensure that background investigations are conducted for all contractor/subcontractor personnel who have (1) access to sensitive information, (2) access to Federal information systems, (3) regular or prolonged physical access to Federally-controlled facilities, or (4) any combination thereof. OMB Memorandum M-05-24 is available at http://www.whitehouse.gov/omb/memoranda/fy2005/m05-24.pdf. Agency personal identification verification policy and procedures are identified below: HHS Office of Security and Drug Testing, Personnel Security/Suitability Handbook (02-01-05): http://www.hhs.gov/oamp/policies/personnel_security_suitability_handbook.html k. Using Secure Computers to Access Federal Information 1. The Contractor shall use an FDCC compliant computer when processing information on behalf of the Federal government. 2. The Contractor shall install computer virus detection software on all computers used to access information on behalf of the Federal government. Virus detection software and virus detection signatures shall be kept current. l. Special Information Security Requirements for Foreign Contractors/Subcontractors When foreign contractors/subcontractors perform work under this acquisition at non-US Federal Government facilities, provisions of HSPD-12 do NOT apply. m. REFERENCES: INFORMATION SECURITY INCLUDING PERSONALLY IDENTIFIABLE INFORMATION n. REFERENCES: PHYSICAL ACCESS SECURITY Interested Offerors may submit quotations electronically to this notice no later than 1:00 PM. (EST) May 24, 2013. Questions regarding this combined synopsis/solicitation must be received in writing by this office no later than May 22, 2013. Offerors may submit a completed FAR 52.212-3, or cite their Representations and Certifications on SAM.gov. The quotation shall include fully-burdened hourly wage rates for the Board Certified Rehabilitation Physician services. The Government intends to make a single award based upon best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before June 3, 2013. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to Mr. Brian Lind at the address listed in this solicitation. Please reference the solicitation number P13-009517 on your offer. Requests for information concerning this requirement are to be addressed to Brian Lind via e-mail only to lindbj@cc.nih.gov prior to the date stated above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAY-2013); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/P13-009517/listing.html)
 
Place of Performance
Address: National Institutes of Health Clinical Center Building 10 Department of Rehabilitation Medicine Bethesda, MD
Zip Code: 20892
Country: US
 
Record
SN03065411-F 20130519/130518220449 (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.