SOLICITATION NOTICE
R -- Multi-Media Marketing/Advertisement and Recruitment Support Service for NIDA IRP Clinical Protocols
- Notice Date
- 7/18/2014
- 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-14-473
- Archive Date
- 8/12/2014
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-473 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541990 with a Size Standard of $14 Million. SET-ASIDE STATUS This acquisition is set aside for small businesses under NAICS Code 541990 : All Other Professional, Scientific and Technical Services with Size Standard of $14 Million. ACQUISITION AUTHORITY 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. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, dated July 1, 2014. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The mission of the Intramural Research Program (IRP) of the National Institute on Drug Abuse is to conduct state-of-the-art research on basic mechanisms that underlie drug abuse and addiction, and to develop new methods for the treatment of drug abuse and addiction. The goal of the Neuroimaging Research Branch (NRB) of the NIDA IRP is to better understand the neurobiological antecedents of illicit drug use and abuse, the neuronal consequences of short and long-term drug use and the potential reversibility of these neuroadaptations. The NIDA IRP NRB conducts research studies using volunteer human participants. In general, these studies evaluate the nature of drug abuse and addiction by assessing the abuse potential of drugs, investigating their underlying neurobiological and genetic mechanisms, and assessing treatment modalities for substance use disorders. The NRB is currently running multiple treatment research studies for people in need of smoking cessation, most of these studies investigate brain processes as people attempt to quit smoking. These protocols require research participants who are a) active smokers but not currently seeking to quit smoking, b) those actively seeking treatment, c) former smokers who have been successfully smoke-free for at least six months, d) and non-smokers who demographically match the above groups. These studies require approximately 350, otherwise healthy individuals. The majority of participants needed are adults between the ages of 18 and 55; one protocol will allow up to age 70. Participants will receive one of several free smoking cessation treatments via approved protocols at the NIH Baltimore Smoking Treatment Center, located on the Johns Hopkins Bayview Medical Center in East Baltimore. Purpose The purpose of this potential procurement is acquisition of multi-media marketing and advertising services to attract and recruit individuals for participation in the above-described NRB Clinical protocols. NIDA's goal is to obtain at least 5-6 participants/week to enter the current three active treatment protocols and be representative of the 4 targeted research populations. Project Requirements The Contractor shall provide the following services: 1. Devise, establish and maintain connections with Institutional Review Board (IRB)-approved multi-media services, including television, radio, print, internet and various local venues. 2. Devise, establish and maintain connections with IRB-approved community services, including local medical associations, school (college) systems, and media resources for outreach and other advertising methods. 3. Work with an NIDA study team to design and implement recruitment strategies that are study specific. 4. Devise an effective marketing plan(s) to reach target populations specific to individual protocol eligibility requirements and study timelines. 5. Maintain an understanding of the eligibility requirements per protocol for effective and efficient use of resources. 6. Track recruitment success. Identify recruitment strategies that prove unsuccessful. Maintain flexibility with recruitment strategies in the event it becomes necessary to change on an ongoing basis, as needed to optimize success. 7. Identify and locate, appropriate venues in the Baltimore metropolitan area with high concentrations of targeted population and place approved advertisements in these venues once IRB approved. 8. Use targeted technology to identify optimal multi-media locations for advertisement placement. 9. Distribute provided marketing materials to/at IRB approved venues. Below is a list of venues that have been approved by the NIDA IRB for advertising. Any material approved for use in a specific venue may be placed in any of these approved venues. Additional advertising outlets may be proposed by the contractor based on target audience and funding priorities. a. Newspapers i. Local papers in Baltimore: City Paper, Employment Guide, Dundalk Eagle, the Examiner, the Baltimore Times, Baltimore Messenger, Catonsville Times, "B", Pennysaver, Latin Opinion-La Voz, Press Box, Afro, The Avenue, Baltimore Job Finder ii. Local papers in Towson: Northeast Booster, The Jeffersonian iii. Papers in DC: City Paper, Employment Guide, The Washington Post Express iv. Papers in Columbia, Annapolis, Frederick and York, PA: Columbia Flyer, The Capital Gazette, News Post, York Dispatch, York Daily v. City Paper College Guide b. Television: CW-54, Fox-45, VH-1, MTV, BET, Nickelodeon, UPN-24, ABC-2, CBS-13, NBC-11, XFX c. Mail: ValPac, Money Mailer, Direct Mailing to approved mailing list d. Bus: Baltimore: MTA Bus Shelter Ads, Baltimore: MTA Bus Interior Ads, Washington, DC: MATA Bus Interior Ads e. Radio: 97.9-WIY, 93.1-WPOC, 92.3-WERQ, 99.1-WHFS, 102.7-WXYV, 104.3- WZFT, 105.7-WQSR f. Internet: ADAA Website (MD Alcohol & Drug Abuse Administration), Baltimore citypaper.com (as part of newspaper advertising), Baltimore employmentguide.com (as part of newspaper advertising), ClinicalConnection.com, Search page text ads: Google, Yahoo, Bing, Mobile text ads: Google, Johns Hopkins Bayview Research website, Twitter, YouTube, MyTrialSpot, ResearchMatch, Quality Health Project Reporting Requirements: The contractor shall provide the following: 1. The Contractor shall present a marketing plan for the targeted smoking cessation study populations within the first week of the contract award. 2. The Contractor shall provide bi-weekly reports as follows: a. In collaboration with the existing NIDA screening contractor, the contractor shall provide a report of the number of phone calls and study admissions per particular advertisement medium and group assignment (i.e. must be able to identify outcomes of each advertisement and venue). b. The contractor shall provide a report on the number of and demographic information on participants not accepted or declined research participation by protocol or category of study. The reasons why participants were rejected or declined admission shall also be included. c. The contractor shall provide a report on any proposed changes to advertisement strategy based on (i. and ii. above). Anticipated Period of Performance The period of performance shall be six (6) months from date of award. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS FAR clause 52.213-4 Terms and Conditions - Simplified Acquisitions applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows in order of importance: 1. Technical Approach The Offeror shall demonstrate its understanding of the requirements detailed in the Statement of Work (SOW) and shall provide its technical approach to perform each of the requirements detailed in the SOW. The response shall describe the Offeror's approach towards the ultimate goal of protocol participant recruitment. 2. Corporate Experience The Offeror shall identify two (2) contracts completed in the past five years, similar in size and scope to the requirements outlined in the Statement of Work (SOW). The following information must be provided for each contract identified: • Name of Contracting Organization • Contract Number • Contract Type • Total Contract Value • Description of Requirement • Narrative of Specific Responsibilities of the Offeror as relevant to this SOW • Narrative of Results Generated by the Offeror, as relevant to this SOW RESPONSE FORMAT 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. Offerors must provide both a technical response and a separate price quotation. The price quotation must include service descriptions per the requirements listed above as well as associated pricing on a firm fixed price basis. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors MUST have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-473. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-473/listing.html)
- Place of Performance
- Address: Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN03430638-W 20140720/140718235132-8c9051aa4f0d216971f5ba0686af5ef3 (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 |