Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2015 FBO #4810
SOURCES SOUGHT

B -- Data Analysis Services

Notice Date
1/23/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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-SBSS-15-100
 
Archive Date
2/14/2015
 
Point of Contact
Paul C. Marsalese, Phone: 3015941971
 
E-Mail Address
paul.marsalese@nih.gov
(paul.marsalese@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: 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, MD 20892. Introduction: 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. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 541712 - Research and development in the physical, engineering, and life sciences (except biotechnology) - and the associated small business size standard of 500 employees. Background: The National Institute of Mental Health (NIMH) Section on Neuroadaptation and Protein Metabolism (SNPM) has developed a fully quantitative method for measuring rCPS with L-[1-11C] leucine and Positron Emission Tomography (PET). The method was validated in rhesus monkeys by direct comparison of PET results with those from quantitative autoradiographic and biochemical methods (Schmidt KC et al, J Cereb Blood Flow Metab 25:617-628, 2005; Smith CB et al, J Cereb Blood Flow Metab 25:629-640, 2005). Subsequently, SNPM has performed PET studies to measure rCPS in healthy human subjects in the awake state and under propofol sedation (Bishu S et al, J Cereb Blood Flow Metab 28:1502-1513, 2008; Bishu S et al, J Cereb Blood Flow Metab 29:1035-1047, 2009), in subjects with Fragile X Syndrome (FrX) studied under propofol sedation (Qin M et al, J Cereb Blood Flow Metab 33:499-507, 2013), and in healthy subjects who were sleep deprived and studied while awake or during sleep (studies in progress). The section is planning to conduct further PET studies in healthy subjects during sleep and memory consolidation, and in FrX subjects who can be studied awake or under an alternative sedating agent that does not alter rCPS in these subjects. SNPM is also conducting quantitative autoradiographic studies in rodents in order to measure rCPS in animal models of Fragile X Syndrome, tuberous sclerosis complex (TSC), and other single gene disorders associated with a high incidence of autism. SNPM plans to conduct autoradiographic and small animal PET studies in a rat model of Alzheimer's Disease. The animal studies are an integral part of the Section's research program: each animal study is the preamble to a planned clinical study, and each clinical study informs the next animal study. Delivery or Deliverables: The contractor shall provide data analysis services for the Section's PET and quantitative autoradiographic studies. The contractor will collaborate with the Government Principal Investigator on optimal methods of analysis and will be required to independently perform the requisite analyses. The contractor will also provide training of any laboratory personnel who have the necessary mathematical and computational background to learn to perform analyses for future studies. All work will be monitored by the Government Principal Investigator. Reporting Requirements: The contractor shall provide a data report for each PET or autoradiographic study analyzed. As each study is completed, the contractor will provide an interim summary report covering all subjects or animas in the protocol. A final summary report will be delivered upon completion of all studies in the protocol. Contractor Experience Requirements - Key Personnel: Key personnel must have a minimum of 15 years of experience in tracer kinetic modeling and data analysis methods in Positron Emission Tomography (PET) and quantitative autoradiographic studies. Anticipated period of performance: It is anticipated that the period of performance for this requirement will be a one (1) twelve-month base period and one (1) twelve-month option period. Capability Statement: Contractors that believe they possess the ability to provide the required services and resources should submit documentation of their ability to meet each of the project tasks to the Contract Specialist. Contractors 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 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. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Paul Marsalese, Contract Specialist, at Paul.Marsalese@nih.gov in MS Word format within 7 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-100/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03623844-W 20150125/150123235131-a7299bea003f47b9a61aa5fc7917b55b (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.