Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOURCES SOUGHT

R -- Neurocardiology Consulting Support Services

Notice Date
5/8/2017
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-368
 
Archive Date
5/30/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-368 2.Title: Neurocardiology Consulting Support Services 3.Classification Code: R - Professional, administrative and management support services 4.NAICS Code: 541690 - Professional, Scientific and Technical Services Description: 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS), a component Institute of the National Institutes of Health, conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS's mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. In particular, the Clinical Neurocardiology Section (CNCS) within the NINDS's Division of Intramural Research (DIR) conducts mainly patient-oriented research, with emphasis on autonomic and catecholamine-related disorders. Neurocardiology consulting support services are required on biomarkers, mechanisms, and treatment of catecholamine depletion and other abnormalities in Parkinson disease and related disorders, to further the CNCS's existing clinical and preclinical research projects. Purpose and Objectives: The purpose of this requirement is to acquire neurocardiology consulting support services for the Division of Intramural Research (DIR) of the National Institute of Neurological Disorders and Stroke (NINDS) in clinical neurocardiology (specifically in autonomic and catecholamine-related disorders), for (1) development, implementation, and reporting the results of clinical research and (2) consultation in the diagnosis and management of patients referred for autonomic or catecholamine-related disorders. Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, professional liability insurance, material, equipment and facilities, not otherwise provided by the Government as needed to perform the below stated requirements. The Contractor shall provide the following neurocardiology Subject Matter Expert services: •Provide technical expertise on procedures of autonomic function testing in research subjects participating in active protocols of the Clinical Neurocardiology Section (CNCS). This includes assisting with protocol development and amendments. •Assist in development of new tests that can be carried out under clinical research protocols of the CNCS. Customized testing may include clinical, physiological, pharmacologic, neurochemical, neuroimaging, immunohistochemical, or genetic approaches. The Contractor will utilize knowledge of a broad range of testing and current literature to advise Government staff on appropriate testing options for achieving clinical and scientific goals. •Provide technical expertise on basic research and animal experiments related to biomarkers, mechanisms, or treatment of autonomic or catecholamine-related disorders. This includes assistance with devising, designing, and constructing basic or animal experiments and reviewing the results with CNCS researchers. •Assist with analysis and interpretation of data derived from tests of autonomic or catecholamine-related functions in human subject research or basic experiments. Assist in the collection of research results for publications related to catecholamine-related functions per the timeline requested by the Government staff. •Serve as a technical expert on clinical and pre-clinical approaches to protocols, patient care, and patient-oriented research in autonomic and catecholamine-related disorders. Level of Effort: The level of effort is estimated at one (1) contractor for up to 80 labor hours during the base period of performance of this purchase order. 80 labor hours are estimated during each option period. Government Responsibilities The Government will provide the contractor with a laptop computer along with necessary software. The Government will provide the contractor with access to the CNCS folder on the server managed by NINDS IT. The Government will reimburse the Contractor for travel and lodging necessary to carry out the Contract. Delivery and Deliverables DeliverablesPerformance StandardAcceptable Quality LevelMethod Used/Frequency Assist with and provide technical expertise on procedures of autonomic function testing in research subjects participating in active protocols of the Clinical Neurocardiology Section (CNCS). In accordance with statement of work: Daily 98%Daily Assist in development of new tests that can be carried out under clinical research protocols of the CNCS. In accordance with statement of work: As needed98%Daily Assist with and provide technical expertise on basic or animal experiments relevant to research of the CNCS. In accordance with statement of work: Daily98%Daily/Monthly Assist with analysis and interpretation of data derived from tests of autonomic or catecholamine-related functions in human subject research or basic experiments. In accordance with statement of work: Daily98%Daily/Monthly Assist with reporting results of clinical and basic research. In accordance with statement of work: Daily98%Daily/Monthly Submission of invoice on a within 15 business days of site visit for approval and payment.In accordance with statement of work: 15 business days of site visit. 95%15 business days of site visit. Reporting Requirements Provide a final technical report, including a Gantt chart, of all research results to the NINDS CNCS Section Chief. Report shall be completed in the template provided by the Government. The Program Office and Contractor may discuss updates to the template during the award period of performance. Reports shall be submitted at the end of or within 15 business days after each site visit to NIH. Reports shall be in electronic form and submitted as email attachments. Other Considerations Key Personnel The Contractor employee working under this award shall be considered key personnel. Key Personnel requirements are as follows: •Doctorate of Medicine from an accredited University •License to practice medicine •At least 15 years of experience in methodology, design analysis, interpretation and reporting of clinical and basic research about autonomic and catecholamine-related disorders. •Five (5) years research and clinical trial protocol and strategic planning experience at a University or academic medical center. The proposed Key Personnel will become subject to the provisions of Health and Human Services Acquisition Regulation (HHSAR) Clause HHSAR 352.237-75 Key Personnel as follows: The key personnel specified in this contract are essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract (including, when applicable, Human Subjects Testing requirements). If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties. The following individual(s) is/are essential to the work being performed hereunder: Name Title To be determined in the contract awardAutonomic and Catecholamine-Related Disorders Subject Expert It is required that all contractors involved with the NINDS community work collaboratively with federal staff and other contractors towards the NINDS mission and other affected organizations and follow the direction of the Contracting Officer's Representative (COR), and/or the designated Federal Project Manager(s)/Lead(s). This collaboration includes day-to-day activities, support, development, knowledge transfer and creating and sharing documentation when required. Anticipated Contract Type: A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements: Base: July 15, 2017 through July 14, 2018 Option 1: July 15, 2018 through July14, 2019 Option 2: July15, 2019 through July 14, 2020 Option 3: July 15, 2020 through July 14, 2021 Place of Performance: Bethesda, MD Capability Statement: Contractors that believe that they possess the ability to provide the required Neuropsychology Consulting Support Services should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement/information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. Interested organizations are required to identify their organization name, address, DUNS Number type of business (e.g. 8(a), HubZone, etc), applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request 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 to Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@nih.gov before the closing date and time 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 anticipates negotiation of a firm fixed price purchase order. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-368/listing.html)
 
Record
SN04500000-W 20170510/170508234903-07f6ac69512c6ccc912757983fd3cd8b (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.