Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

R -- Highly complex heart rate and accelerometry data analysis, statistical guidance and scientific manuscript preparation

Notice Date
8/28/2014
 
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-RFQ-14-647
 
Archive Date
9/24/2014
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780, ,
 
E-Mail Address
hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov
(hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-76, dated 25 JULY 2014. The solicitation number is HHS-NIH-NIDA-SSSA-RFQ-14-647 and the solicitation is issued as a Request For Quotation (RFQ). The associated NAICS code is 541990 All Other Professional, Scientific, and Technical Services with associated small business size standard $14.0 million. This requirement is released on an unrestricted basis. PROJECT DESCRIPTION Background: The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Baltimore Longitudinal Study of Aging (BLSA), National Institute of Aging (NIA),Intramural Research Program (IRP), studies age-related changes in medical, physiological, cognitive and physical functioning across the adult life span. BLSA participants come to the BLSA on a regular schedule for testing designed to predict normal as well as pathological aging. The Translational Gerontology Branch (TGB) studies age-related changes, including development of a variety of medical conditions and the effects of these comorbidities on physical and psychological health and resilience. Data from the BLSA is used by many of the NIA laboratories in the preparation of analyses, presentations and manuscripts. Description of Services: The TGB Section requires contractor support to provide statistical support for projects that involve analyzing highly complex heart rate and accelerometry data into physical activity and energy expenditure estimates ("Actiheart project"). This project will require significant statistical input to clean, analyze, and interpret the data into usable metrics of functional mobility. Input from the contractor will be used to analyze existing data and to develop new approaches to studying the ecological study of mobility in the BLSA. All data under study have been previously collected and will be used to establish new methods for analysis, and to develop new approaches to studying the ecological study of mobility in the BLSA. General Scope of Work: The Scope of Work generally involves the contractor to clean, document, and consolidate the Actiheart dataset on a regular basis to ensure its usability by members of the TGB. Contractor shall also provide the following: Guidance on appropriate statistical methodology for analyses Guidance on appropriate statistical methodology for study planning and designing new approaches to assessing mobility in the BLSA Statistical programming support and software training Statistical methods development Feedback on manuscripts prior to publication Feedback on manuscript revision during the review process Deliverables: The contractor shall be responsible for providing monthly and semi-annual technical progress reports. The anticipated period of performance of any resultant contract is 12 months beginning on or around September 29, 2014. The anticipated place of performance shall primarily include the contractor's place of work. The government estimates approximately 1,400 hours of effort is required to perform the statement of work for the 12-month period of performance. Technical Evaluation Criteria: Responses from prospective contractors submitting a quotation will be evaluated on the following list of evaluation criteria. The government reserves the right to use price as a delineating factor in the potential case that two or more Offeror's submit a quotation that are essentially evaluated on an equal basis. Professional Experience: Experience is based on performing statistical guidance on methodology for analyses and interpretation of data relevant to this requirement. Education and Qualifications: The mix of staffing proposed should include a diverse team of Ph.D.-level statisticians and biostatisticians. Experience with Collaborative Teams: Collaboration includes documented evidence of published manuscripts on heart monitor data methodology in peer-reviewed biostatistics and/or medical journals. Independently and not as an agent of the Government, the Contractor shall be required to furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government, as needed to perform the tasks as specified herein. GOVERNMENT RESPONSIBILITIES: The Contracting Officer's Representative (COR) will be 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 COR shall collaborate with the Contractor on decisions regarding the objectives of the analytic methods, manuscript topic selection, manuscript preparation, and final manuscript submission. INSTRUCTIONS TO OFFERORS Responses from Offerors will be evaluated on showing an Understanding of the Requirements. 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, hourly rate for each labor category, breakdown and rationale for other direct costs or material, overhead rate, G&A rate, other indirect costs, and the total amount. The Offeror's technical approach shall indicate compliance with Contractor Requirements, and describe an essential understanding of the requirements involved in accomplishing the work. Offerors will be evaluated on their ability to meet the essential government requirements listed in this solicitation, the technical evaluation criteria, and on past performance for work on government and commercial contracts for similar requirements in the past two (2) years. Responses to this RFQ must not exceed a combined 25 pages in length of the technical and cost proposal, inclusive of appendices, and 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). Responses must references this solicitation number and include the name of the contractor. Pages in excess of the specified page limit will not be considered or evaluated. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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 indicated on September 9, 2014, 12:00 pm Eastern time. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-14-647. Responses may be submitted electronically to Hunter.Tjugum@nih.gov and to NIDASSSAPurchaseRequ@mail.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-RFQ-14-647/listing.html)
 
Record
SN03488497-W 20140830/140829023647-09909464cc3d87aa7fcbfaf1d996c385 (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.