Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2017 FBO #5728
SOLICITATION NOTICE

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

Notice Date
7/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
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
N02PC72627-24
 
Archive Date
8/19/2017
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
kimesha.leake@nih.gov, jolomi.omatete@nih.gov
(kimesha.leake@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E134, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. 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. This is a combined synopsis/solicitation for commercial items, prepared in accordance with 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: No. N02PC72627-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-95 (January 2017) simplified procedures for commercial items. The North American Industry Classification System code is 611310 and the business size standard is $27.5 million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price contract. I. BACKGROUND The Division of Cancer Control and Population Sciences both generates new knowledge and seeks to ensure that the products of cancer control research are effectively applied in all segments of the population. Through innovative research initiatives, leadership, and the synthesis of knowledge and its dissemination, we are building this program to be the nation's model for cancer control science. Cancer surveillance provides a quantitative portrait of cancer and its determinants in a defined population. The core functions of cancer surveillance are the measurement of cancer incidence, morbidity, survival, and mortality for persons with cancer. It also includes the assessment of genetic predisposition, environmental and behavioral risk factors, screening practices, and the quality of care from prevention through palliation. Cancer surveillance tells us where we are in the effort to reduce the cancer burden and also generates the observations that form the basis for cancer research and interventions for cancer prevention and control. II. DESCRIPTION OF REQUIREMENT The Surveillance, Epidemiology, and End Results (SEER) Program is one of the premier cancer surveillance programs in the world being currently composed of population-based cancer registries covering 30% of the total US population reporting on over 450,000 cancer cases annually. The information collected on each and every cancer patient in SEER include demographics, a description of their cancer (e.g. cancer morphology, grade, and extent of disease such tumor size, number of nodes, etc.), limited initial treatment information, and patient follow-up including cause of death for deceased patients. The purpose of this procurement is for the Contractor to analyze SEER treatment data using the target trial approach; for example, ‘target trial' approach can be used to quantify the amount of unmeasured confounding by emulating an existing clinical trial(s) with SEER observational nature of chemotherapy variable. Using the results from the ‘target trail' approach one can then recommend the type of studies that can be implemented using the SEER chemotherapy variable; 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. Upon completion of this procurement, the NCI/DCCPS/SRP hopes to understand the limitations of the SEER treatment information; and the approaches to mitigate these limitations. III. CONTRACTOR RESPONSIBILITIES Independently and not as an agent of the Government, the contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities not otherwise provided by the Government, as needed to perform this Statement of Work. Specifically, the Contractor shall execute the following tasks: • Perform analyses to demonstrate appropriate or inappropriate use of SEER treatment data for a variety of analyses using the target trial approach • Develop a 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 • Travel to NCI to present findings to NCI staff DELIVERABLES Deliverables shall be sent to the NCI Technical Point of Contact, TBD AT AWARD, via email, at: TBD AT AWARD. Deliverables shall be provided in Microsoft compatible software, as described below. DELIVERABLE DELIVERABLE DESCRIPTION DUE DATE #1 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. TBD PERIOD OF PERFORMANCE 12 months from the date of award 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 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. QUESTIONS ARE DUE: August 2, 2017 The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instruction to Offerors Commercial Items (October 2016) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (October 2016) - with Addenda [Representation By Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction Under Any Federal Law and FAR 52.204-6, Unique Entity Identifier (October 2016)] FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) - With Addenda FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (November 2016) 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: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.209-6, Protecting Government' Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment (Oct 2015) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sept 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 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 Kimesha Leake, Contracting Specialist at Kimesha.leake@nih.gov OFFERORS: Offers 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 offeror OR provide a copy of the valid SAM registration through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 5:00 p.m. EST on August 4, 2017. Please refer to solicitation number N02PC72627-24 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Kimesha Leake, Contract Specialist at Kimesha.leake@nih.gov All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02PC72627-24/listing.html)
 
Record
SN04602736-W 20170730/170728231841-4145453e878332dcc882f0db246c62fe (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.