Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOLICITATION NOTICE

R -- Behavioral Geneticist and Epidemiology contractor support in the behavioral, social, and aging research sciences

Notice Date
4/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-CSS-14-146
 
Archive Date
4/26/2014
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotations are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA(SSSA)-CSS-14-146 and the solicitation is issued as a request for quotation (RFQ). The solicitation is being issued on a set aside basis to Small Businesses only. 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. PROJECT DESCRIPTION The Division of Behavioral and Social Research (BSR) at the National Institute on Aging (NIA), National Institutes of Health (NIH), plans, conducts, fosters, and supports an integrated and coordinated program of research and research training with emphasis placed on: (1) the dynamic interplay among individuals as they age; (2) their changing biomedical, social, and physical environments; and (3) multilevel interactions among psychological, physiological, social, and cultural levels. Research areas of emphasis are: (1) Health Disparities; (2) Aging Minds; (3) Increasing Health Expectancy; (4) Health, Work, and Retirement; (5) Interventions and Behavior Change; (6) Genetics, Behavior, and the Social Environment; and (7) The Burden of Illness and the Efficiency of Health Systems. The National Advisory Council on Aging (NACA) encouraged increased emphasis on the following components in which this requirement will support: (1) Using sophisticated strategies developing valid, reliable, well-defined, and standardized phenotypic measures in behavioral and social research to close the gap between genotype and behavioral phenotypes; (2) Developing opportunities for leveraging the specific and particular advantages of genotyped BSR cohorts (e.g., the extensive longitudinal data available in many studies, the population representativeness of the HRS); (3) Supporting method development to optimize the comparison and integration of heterogeneous data sets, both within and across populations and across genomics technologies; (4) Supporting infrastructure for individual studies and for the harmonization of and analyses across cohorts, where the administrative burden in running successful collaborative efforts is especially high. BACKGROUND, PURPOSE, AND OBJECTIVES The purpose of this requirement is to provide contractor services of a Behavioral Geneticist/Genetic Epidemiologist to advise on integrating genetics and genomics with the behavioral sciences, specifically in aging research. BSR's interests in genetics cover diverse methodological applications and a broad range of phenotypes, including cognition, life expectancy, survival, and disability, as well as social aspects, sociability, economic behaviors, risk-taking, conscientiousness, and various motivations. BSR's portfolio of twin research is positioned to yield new insights by applying novel molecular and quantitative methodologies to the twin design. BSR is also building research using population genetics. BSR is enhancing its investment in large social/behavioral surveys by pursuing GWAS strategies and developing harmonization strategies that will maximize the use of genetic data for well-planned behavioral and social science studies. CONTRACTOR REQUIREMENTS The successful contractor will be responsible for supporting the following work requirements. The amount of work anticipated by the contractor is estimated at 10-15% Full Time Equivalency (FTE %). Contractor shall not be required to work onsite at a Government facility, although period meetings with government officials for collaboration and meeting purposes may be required on an ad-hoc basis. Contractor shall provide support to requirements from the BSR HSA government official currently managing the genetics portfolio, in addition to ad-hoc support of other portfolios being managed by the BSR HAS. This type of support includes: 1. Formulating research plans for the continued and expanded integration of genetics into the BSR portfolio, such as developing valid, reliable, and well-defined phenotypic measures in behavioral and social research; developing opportunities for leveraging newly genotyped BSR cohorts; supporting methods development to optimize the comparison and integration of heterogeneous datasets; and supporting infrastructure for harmonization across BSR-funded longitudinal cohort studies. This will include advising BSR staff in the planning of initiatives and advising applicants in the planning of research projects. 2. Identifying promising new methodological approaches or areas of research at the cutting-edge of this rapidly expanding area of scientific inquiry which would enhance the BSR portfolio of genetic studies. This may include working on trans-NIH committees and initiatives in genetics, behavior genetics, genetic epidemiology and population genetics, that are of relevance to BSR and to NIA more broadly. 3. Translating these ideas into program activities that will further integrate genetics into the BSR portfolio, including: a. Development of program interests through representation of BSR/NIA at professional meetings and conferences and through identification of Contractor as a contact person at BSR; b. Development of research summaries related to areas of focus, including writing material to be included in NIA/BSR reports; c. Writing of Funding Opportunity Announcements for the development of directions in genetics that are congruent with the objectives of BSR; d. Advising BSR staff in the development of scientific initiatives at both the NIA and trans-NIH levels; e. Attendance and participation in pertinent NIH meetings, including planning retreats, and Council-related meetings; f. Organization and conduct of workshops, identifying and overseeing the initiation of required purchase orders that outline deliverables for invited participants. Period of Performance: The period of performance for this requirement is 12 months with an option to include four (4) one-year option periods. INSTRUCTIONS TO OFFERORS AND TECHNICAL EVALUATION CRITERIA Offerors may respond with a quotation proposal indicating their ability to provide the requirements stated in this announcement. Responses from Offerors will be evaluated on the following technical factors. 1. 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. 30% 2. Experience of and Academic Qualifications of Personnel - Documented 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 possibly other scientific and technical staff to include staff expertise in behavioral genetics, population genetics, and twin studies in relation to the research issues in aging. 30% 3. Past Performance - Documented successful past performance in similar work, reflecting knowledge of BSR's areas of interest as well as NIH policies and programs. Past performance for similar work on government contracts in the last 3 years will be used to evaluate Past Performance. Information should include the contract number, federal agency or government customer, work requirements, produce or service deliverables, period of performance, and the point of contact and contact information. 40% Pricing will be an unscored component. Responses from Offerors will be evaluated on best value in relation to pricing. In the event that two or more responses are deemed technically equivalent, price may be used as a demarcating factor for selection purposes. Responses to this RFQ must be submitted in Microsoft Word or searchable PDF format in a font size of 11 or 12 point and font type of Arial or Times New Romans. Margins must be 1-inch wide (top, bottom, left, and right). The technical proposal must not exceed 20 pages in length and the pages must be sequentially numbered regardless of the section or part, and must contain a header or footer to include the name of the contractor and the RFQ number. Pages in excess of the specified page limit will not be considered or evaluated. Resumes must not exceed 2 pages in length and are not counted in the page limit. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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 no later than the response deadline specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA(SSSA)-CSS-2014-146. Responses may be submitted electronically to Hunter.Tjugum@nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at (301) 435-8780.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-CSS-14-146/listing.html)
 
Record
SN03329978-W 20140406/140404234211-cae4e54d35c12e61ab37b28ba2d1fc06 (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.