SOLICITATION NOTICE
Q -- Predictors of Post-Traumatic Stress Disorder (PTSD Project) - HHSNIHODRFP13003 SOW
- Notice Date
- 6/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- HHSNIHODRFP13003
- Point of Contact
- Louis A Kuta, Sr., Phone: 301-594-5782, Carol P Marcotte, Phone: (301) 402-3066
- E-Mail Address
-
kutal@od.nih.gov, cm161y@nih.gov
(kutal@od.nih.gov, cm161y@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- HHSNIHODRFP13003 Statement of Work This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format of FAR 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. The solicitation number is HHSNIHODRFP13003 and is being issued as a Request for Proposals (RFP). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-68 dated June 26, 2013. The North American Industry Classification System (NAICS) code for this procurement is 622110 which has a business size standard is $35.5. BACKGROUND INFORMATION: The National Institute of Nursing Research (NINR) is one of the 27 Institutes that comprise the National Institutes of Health (NIH). The mission of NINR is to promote and improve the health of individuals, families, communities, and populations. NINR supports and conducts clinical and basic research and research training on health and illness across the lifespan. The research focus encompasses health promotion and disease prevention, quality of life, health disparities, and end-of-life. OBJECTIVE: This study will examine biological markers that may indicate increased risk for PTSD onset in patients with a traumatic injury. It will also determine the impact of PTSD onset on health perceptions, and sleep quality. This study is important to design future care to prevent PTSD onset in those patients at high risk. SCOPE: All work will be monitored and approved by the Government Project Officer identified in the contract. Although the Contractor will not be conducting any of the research under this program, they will be providing support and clinical services including but not limited to: patient identification and recruitment; biospecimen collection, processing, storage and shipping. ADMINISTRATIVE: The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012); FAR 52.212-2, Evaluation-Commercial Items (JAN 1999); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2012); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); FAR 52.217-8, Option to Extend Services (NOV 1999); and FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). The Contracting Officer's Representative (COR) will be representing the Government for the purpose of this contract. 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 Government may unilaterally change its COR designation. 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. A firm fixed price contract is anticipated. PROPOSAL DUE DATE/ PACKAGING AND DELIVERY OF PROPOSALS: Inquiries may be emailed no later than 4:00 P.M. EST on July 10, 2013, to kutal@od.nih.gov. NIH will post all inquiries and the Government's responses to Federal Business Opportunities at www.fbo.gov. The RFP closing date is August 1, 2013. Technical and Business proposals shall be submitted as separate files, each in in Adobe.pdf format, via email to kutal@od.nih.gov. Proposals must be submitted no later than 4:00 P.M. EST on August 1, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/HHSNIHODRFP13003/listing.html)
- Record
- SN03102876-W 20130630/130628234818-8646b36e1ac2fa0cc0e12ca23b46f5ff (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 |