SPECIAL NOTICE
B -- Computer Programming for a Functional Assessment Battery using Computer Adaptive Testing methodology - Additional Validation Study - Modification of Existing Contract
- Notice Date
- 9/4/2015
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- NIH-CC-15-014463
- Archive Date
- 9/30/2015
- Point of Contact
- Lisa L. Schaupp, Phone: 3014020735
- E-Mail Address
-
Lisa.Schaupp@nih.gov
(Lisa.Schaupp@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institutes of Health (NIH), Clinical Center (CC), Rehabilitation Medicine Department, intends to enter into a contract on a sole source basis, under the authority of 41 U.S.C. 253 (c) (1) and FAR 6.302-1(a) (2) (ii) and HHSAR 306.302-1 (a) (2) (ii), with Boston University to modify an existing contract for additional validation studies of the programming, design and implementation adjustments made to the developed Computer Adaptive Tool Instruments. The purpose of this modification is to support the Social Security Administration with their efforts to evaluate disabilities and to sufficiently assess the array of functional domain relevant to work for ongoing NIH/Clinical Center development of Computer Adaptive Tools (CAT) in a study at Boston University. It is essential to the integrity of this study that the source of additional validation studies comes from Boston University so as not to introduce variables harmful to the findings and progress of the recent studies associated with the CAT instruments. Boston University has been developing the CAT instruments under the above contract as well as the system architecture associated with the potential implementation environments within the Social Security Administration (SSA) under a firm fixed price contract. These instruments must be designed to assess critical aspects of functioning associated with work and the workplace environment to inform the SSA's disability evaluation process. Additional validation of the CAT Instrument is needed to study the effectiveness of the instrument, and efficiency of the programming code necessary to support the high volume of potential SSA constituents. In addition, SSA is considering varied points in the disability determination process where the CAT instruments may be useful. The system architecture associated with the potential environments within SSA may require modification of the CAT program code to promote/enhance functionality. If there are other sources able to supply the required material, they must respond by submitting a capability statement within 10 days of publication of this synopsis. This notice of intent is not a request for competitive proposals. However, all proposals received prior to the closing date of this synopsis will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Deliveries should be Hand Carried or sent via other mail or package Delivery Services. NO COLLECT CALLS OR FACSIMILE TRANSMISSIONS WILL BE ACCEPTED. RESPONDENTS MAY SUBMIT THEIR CAPABILITY STATEMENTS VIA E-MAIL TO THE POINT OF CONTACT LISTED IN THIS NOTICE OF INTENT SYNOPSIS. The Clinical Center (CC) plans to procure, on a sole source basis, from Boston University, 85 E. Newton Street, M-921, Boston, MA 02118-2436. The Contract previously awarded to this company is current and will not expire before the work from this Modification is completed. The purchase of this additional programming and assessment development will allow for the continuity and fulfillment of the intentions of the contract. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(2) and 13.501-(a)(1) to use simplified procedures for commercial acquisitions. The North American Industry Classification System Code is 541512 and the business size standard $27.5 million. Only one award will be made as a result of this solicitation. This will be a firm fixed price type contract modification to add funding and increase the contract ceiling. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested Offerors should submit their capability statement not exceeding twenty (20) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE no later than 9:00 a.m., Eastern Time, September 15, 2015. The capabilities response shall be e-mailed to: Lisa.Schaupp@nih.gov. All information received in response to this notice that is marked Proprietary will be handled accordingly. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The NIH/CC will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. NIH/CC/OPC reserves the right to contact any respondent to this notice for the sole purpose of enhancing NIH/CC/OPC 's understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. Responses to this Notice of Intent shall be submitted before the closing date and time to the attention of the Contract Specialist listed below. Primary Point of Contact.: Lisa Schaupp, Contract Specialist Lisa.Schaupp@nih.gov Phone: 301 402 0735
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-CC-15-014463/listing.html)
- Place of Performance
- Address: Boston University, 85 E Newton Street M-921, Boston, Massachusetts, 02118-2436, United States
- Zip Code: 02118-2436
- Zip Code: 02118-2436
- Record
- SN03872901-W 20150906/150904235106-353f56ef8691e47a1cd0762b36fd26bf (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 |