SOURCES SOUGHT
Q -- : Evaluation of Intimal medial thickness measurement in the Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) Study
- Notice Date
- 6/18/2014
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SSBS-2014-311
- Archive Date
- 7/8/2014
- Point of Contact
- Rodney E. Brooks, Phone: 3014020751
- E-Mail Address
-
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE 1. Solicitation Number:HHS-NIH-NIDA-SSSA-SBSS-2014-311 2. Title: Evaluation of Intimal medial thickness measurement in the Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) Study 3. Classification Code: 4. NAICS Code: 541690 5. Description: Evaluation of Intimal medial thickness measurement in the Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) Study. This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Statement of Work (SOW) A. GENERAL INFORMATION 1. Title of Project: Evaluation of Intimal medial thickness measurement in the Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) Study. 2. Background Information: The National Institute on Aging Intramural Research Program is embarking on a longitudinal study of the effects of race and socioeconomic status on healthy aging in a representative sample of community-dwelling residents from the Baltimore metropolitan region. We call this study Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS). The HANDLS study requires a detailed knowledge of the public health characteristics of this region and the ways in which racial and socioeconomic data must be collected to assess their influence on a variety of health outcomes such as cardiovascular and cerebrovascular functioning, psychophysiological and cognitive performance, and muscular strength and conditioning. This project is designed to procure the services of a vascular surgeon who has the expertise to read, analyze and interpret carotid Doppler studies collected as part of the HANDLS wave 4 examinations to evaluate the Intimal Medial Thickness (IMT) measurement in the HANDLS study. Carotid Doppler ultrasonography is the method of choice for noninvasive, in vivo examination of the structure and function of the carotid arteries. 3. Purpose or Objective of the Requirement: In this study, we perform high resolution B-mode ultrasonography on the left carotid artery for evaluating systolic and diastolic common carotid arterial diameters, carotid arterial flow, intimal-medial thickness, and plaques. This test is done to demonstrate blocked or reduced blood flow in the arteries of the neck, which could predispose to cerebrovascular events. Specifically, the vendor will evaluate the quality and accuracy of intimal-medial thickness (IMT) measurements and perform clinical evaluation for the presence of atherosclerosis and risk for stenosis. Additional requirements for this project are listed below. 4. Type of Contract Contemplated: Contract, Open Market, 5. Period of Performance: 07/14/2014-06/30/2015 B. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) The contractor shall provide a Cardiologist or Vascular Surgeon who will provide the following services: 1. Review and advise sonographer's acquisition of images including feedback on the quality of the tests and quality control of the images obtained as part of the HANDLS study; 2. Evaluate the quality and accuracy of intimal-medial thickness (IMT) measurements and perform clinical evaluation for the presence of atherosclerosis and risk for stenosis; 3. Provide technical supervision for the sonographer when required, including feedback on the quality of the tests, and quality control of the images; 4. Review, on a yearly basis, the measurements that are acquired to determine whether any modifications or changes to the protocol are needed. 5. Provide on-call services as needed to review clinical status of participants presenting with plaques, stenosis, or any other relevant vascular condition conferring urgent health risk Although the government will own the data, the Contractor will be encouraged to participate and collaborate in analyses that involve the carotid Doppler studies. C. GOVERNMENT RESPONSIBILITIES The Government will perform surveillance by monitoring the data received for completeness and consistency with minimal errors. Government surveillance will be performed at random intervals no less than three times per year. The government will supply a website where the data will be uploaded and analyzed. D. DELIVERY OR DELIVERABLES 1. Description of Tasks and Associated Deliverables: Deliverables under this agreement include: • No more than 30 evaluated carotid Doppler studies per week; • Minimal errors in data processing; and • Participation in manuscript development. 2. Reporting Requirements: Reports on quality control of data collected and coded, data and manuscript proposals will be delivered electronically to the Contracting Officer's Representative on April 30th, August 31st and December 31st. E. TRAVEL No travel is required. F. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL 1. The cardiologist or vascular surgeon is considered key personnel and will provide the services and be responsible for the deliverables outlined in the scope of work/statement of work. 2. The minimum educational requirements include: • Doctorate of Medicine • Board Certified & Licensed in the State of Maryland 3. The minimum experience requirements include: • Five (5) years experience evaluating the quality and accuracy of intimal-medial thickness (IMT) measurements and performing clinical evaluation for the presence of atherosclerosis and risk for stenosis; • Five (5) years experience collaborating on IMT data resulting in published manuscripts; 4. The proposed key personnel will become subject to the provisions of Health and Human Services Acquisition Regulation (HHSAR) Clause HHSAR 352.242-70 KEY PERSONNEL, HHSAR 352.242-70 (January 2006) a. The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to diverting any of the specified individuals to other programs or contracts (or as soon as possible, if an individual must be replaced, for example, as a result of leaving the employ of the Contractor), the Contractor shall notify the Contracting Officer and shall submit comprehensive justification for the diversion or replacement request (including proposed substitutions for key personnel) to permit evaluation by the Government of the impact on performance under this contract. The Contractor shall not divert or otherwise replace any key personnel without the written consent of the Contracting Officer. The Government may modify the contract to add or delete key personnel at the request of the Contractor or Government. b. The following individual(s) is/are considered to be essential to the work being performed hereunder: Name Title To be determined in the contract award Cardiologist or Vascular Surgeon G. SECURITY REQUIREMENTS Contractor personnel performing work under this contract shall satisfy all requirements for appropriate security eligibility as specified in <specify SOW attachment or other applicable document> in dealing with access to sensitive information and information systems belonging to or being used on behalf of the <insert agency/department>. To satisfy those requirements, a <insert risk level> Risk Background Investigation shall be conducted prior to performing work under this contract. Appropriate background investigation forms will be provided upon contract (or task order) award, and are to be completed and returned to <insert recipient> 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. H. DATA RIGHTS The National Institute on Aging shall have unlimited rights to and ownership of all deliverables provided under this contract, including collected data, reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic contract 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. I. 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. J. CONTRACTING OFFICER'S REPRESENTATIVE (COR) 1. The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: TBD National Institute on Aging Laboratory of Epidemiology and Population Sciences Health Disparities Research Section Biomedical Research Center 251 Bayview Blvd, Suite 100, Room 525 Baltimore, MD 21224 @mail.nih.gov 2. 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. TBD Chief, Behavioral Epidemiology Section Laboratory of Epidemiology and Population Sciences 251 Bayview Blvd, Suite 100, Room 04B136 Baltimore, MD 21224 @nih.gov 3. 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; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract 4. The Government may unilaterally change the COR designation for this contract. Capability statement /information sought. Interested organizations must provide clear and convincing documentation of their capability of providing the item(s) specified in this notice. Interested organizations that believe they possess the ability to provide the required items must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The Government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Rodney Brooks Contract Specialist, at rodney.brooks@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Facsimile responses are NOT accepted. The response must be received on or before 06/23/2014 at 12 pm, eastern time. "Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SSBS-2014-311/listing.html)
- Record
- SN03399658-W 20140620/140619022527-63553955c6a65a126e86d35705fbb985 (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 |