Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
SOLICITATION NOTICE

R -- Use of Target Trial Approach for Addressing Selection Biases in SEER Treatment Assignment Data

Notice Date
9/14/2016
 
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 Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO62718-8
 
Archive Date
10/4/2016
 
Point of Contact
Megan N. Kisamore, Phone: 2402765261
 
E-Mail Address
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, # N02CO62718-8, is issued as a request for quote (RFQ), and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular FAC 2005-89-1 / 08-15-2016, simplified procedures for commercial items. The North American Industry Classification System code is 541990 and the business size standard is $15 million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type purchase order. The period of performance shall be 12 months from the date of award. Description of Contractor Requirements The U.S. Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Division of Cancer Control and Population Sciences (DCCPS), Surveillance Research Program (SRP), requires support services in order to address selection biases in SEER treatment assignment data. The purpose of this requirement is for the Contractor to analyze SEER treatment data using the target trial approach; develop a report for appropriate use of SEER treatment to help avoid common methodological pitfalls, given the observational nature of the treatment data; and present the findings to NCI staff. The report will be used to guide the appropriate use of SEER treatment data, and will be posted on the SEER website for data users. Specifically, the Contractor shall execute the following tasks: • Perform analyses of SEER treatment data using the target trial approach. • Develop a report that assesses selection bias; recommends a set of guidelines for addressing these issues in the use of SEER treatment data; and provides methods to analyze the data. • Travel to NCI to present findings to NCI staff Place of Performance All work performed under the subject order shall take place at the Contractor's facility. The presentation of the resultant report shall be performed at the following address: NCI/DCCPS 9609 Medical Center Drive Bethesda, MD 20892 USA Inspection and Acceptance Criteria The Government shall have 30 days in which to review and accept the final report. If no comments or request for revisions are provided within 30 days, the deliverable shall be considered acceptable. Report(s)/Deliverables and Delivery Schedule Deliverables shall be sent to the NCI Technical Point of Contact, TBD AT AWARD, via email. Deliverables shall be provided in Microsoft compatible software, as described below. • Report that assesses selection bias and recommends a set of guidelines for addressing these issues in the use of SEER treatment data; and provides methods to analyze the data. ( Due 11 months after award ) Payment Payment shall be made upon the delivery and acceptance of required items listed above. Payment authorization requires submission and approval of invoices to the COR and NIH OFM. Clauses and Provisions The following FAR provisions and clauses apply to this acquisition: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Megan Kisamore, Contract Specialist at megan.kisamore@nih.gov. Clause No. Title FAR 52.212-1 INSTRUCTION TO OFFERORS COMMERCIAL ITEMS (OCT 2015) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (JUL 2016) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224-71 CONFIDENTIAL INFORMATION (DEC 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (MAR 2016). The following additional far clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) (E.O. 11246). 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332). Submission Information Quotes must be submitted with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the firm; OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Contracting Officer, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST on Thursday, September 15, 2016. Quotes must be submitted electronically (via email) to Contracting Officer, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST, on Monday, September 19, 2016. All responses must be received by the specified due date and time in order to be considered. QUOTES RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: N02CO62718-8 on all correspondence. Quotes shall consist of two (2) separate volumes. The volumes are: • Volume I - Technical • Volume II - Business Each of these parts shall be separate and complete in itself so that the evaluation of one may be accomplished independently of the evaluation of the others. Technical Quote: The technical quote should clearly and fully demonstrate the offeror's capabilities, knowledge and experience regarding the technical requirements described below. Failure to respond explicitly to each of the categories listed below will result in the quote being deemed technically unacceptable. A quote that merely restates the requirements of the SOW will be deemed technically unacceptable. Business Quote: Contractors shall prepare a price quote that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: - Federal Tax Identification Number (TIN); - Data Universal Numbering System (DUNS) Number; - Business Size (e.g., small or large) Basis for Award Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. A technically acceptable offer is one in which the Quoter complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the quotation. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in quotes received. Evaluation The following evaluation factors, listed in order of importance, shall be used to evaluate the prospective quoters: 1. Related Experience 2. Price (non-cost factor) 1. Related Experience The Contractor shall demonstrate knowledge and experience in the following: • Demonstrate knowledge and utilization of the Target Trial Framework methods to analyze observational data. • Demonstrate knowledge in working with SEER data and SEER Medicare Data. • Demonstrate knowledge in emulation of a hypothetical pragmatic randomized trial for Comparative Effectiveness Research. 2. Price (non-cost factor) Price will be evaluated for reasonableness in accordance with FAR 13.106-3. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally price reasonableness is established through adequate price competition, but may also be determined through price and/or cost analysis techniques as described in FAR 15.404.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO62718-8 /listing.html)
 
Record
SN04271525-W 20160916/160914235307-24d118b725b9016e6c25b15a6426fd5b (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.