Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
SOLICITATION NOTICE

R -- Ecological Momentary Assessment (EMA) in Pediatric Mental Illness: Facilitation of data collection, analysis and participant engagement

Notice Date
9/1/2017
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-PSOL-2017-442
 
Archive Date
9/26/2017
 
Point of Contact
Andrea McGee, Phone: 301480-2449, Andrea McGee, Phone: 3014358781
 
E-Mail Address
amcgee@nida.nih.gov, amcgee@mail.nih.gov
(amcgee@nida.nih.gov, amcgee@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Drug Abuse intends to negotiate and award a contract for a Ecological Momentary Assessment (EMA) in Pediatric Mental Illness: Facilitation of data collection, analysis and participant engagement with Neuropsychiatric Research Institute, P.O. Box 1415, Fargo, North Dakota 58107. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541990, All Other Professional, Scientific and Technical Services with a Size Standard of $15.0 dollars. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05-95 and 95 January 19, 2017. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Purpose and Objectives The mission of the Emotion and Development Branch (EDB) in the National Institute of Mental Health (NIMH) is to study the pathophysiology, development, and treatment of pediatric mood and anxiety disorders. We need to implement methodology that allows us to acquire data on children's functioning, their behaviors, and their experiences in their daily lives. Novel techniques are available for acquiring such data, and the current statement of work delineates our plans for accessing these techniques. These techniques rely on methodology termed "ecological momentary assessment" technology or "EMA". Acquiring data with EMA could increase markedly the impact of our work, by allowing us to link clinical measures and measures of brain function to measures of real world behaviors in healthy and mentally ill children and adolescents. Research using EMA to study other behaviors besides pediatric mental illness suggests that the technique is particularly powerful. We need access to a consultant team that has considerable experience with this novel, state-of-the-art technique so that we can apply it in our studies. EDB does not have access to EMA technology and needs to work with an experienced group that can provide such access. The overall goal of this contract is to acquire data using EMA technology in 200 children and adolescents. This goal will be accomplished by securing access to a team that can oversee acquisition of data on the mood state, anxiety level, behavior, and social experiences of children in their daily lives. This will require expertise in use of EMA technology and ability to analyze data that are generated from this technology. This will require consultations from a team that has access to established hardware and software platforms that already have been used in NIH-sponsored research applying EMA technology. Moreover, these platforms must be compatible with the security requirements in the NIMH Intramural Research Program. These consultants will have to be familiar with the use of EMA technology to study psychopathology. This procurement will enable the EDB researchers to acquire data using EMA technology in 200 children and adolescents, seen during the duration of the contract. Thus, considerable prior experience is needed working with mental health scientists attempting to apply EMA. Feature Requirements: The Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform. The contractor will make available access to a secure data base where data acquired from EMA will be entered and stored. This data base will meet the security requirements of the NIMH Intramural Research Program. Moreover, the contractor will provide software that will facilitate interfacing between research participants and this data base, through mobile technology that will be purchased by EDB. The contractor will work with EDB while data are acquired and monitored from 200 children and adolescents participating in EDB research. Finally, the contractor will assist scientists in EDB in the processes and analysis of these data so that they can be used in research reports. When appropriate, contractors will be expected to be co-authors on manuscripts emerging from this work. Finally, considerable expertise exists in EDB to examine data on pathophysiology. The contractor will work with scientists in EDB to integrate findings from EMA with findings on pathophysiology. To achieve this goal, the contract will provide consultations on an as-needed basis for particular data analytic projects. This will require the applicant to analyze an approach to a research question, choose appropriate software to answer this question, defend concerns from outside scientists on the appropriateness of the method, and work with scientists at the NIMH as they use these methods to publish research reports. Period of Performance Twelve (12) months after receipt of order. This shall be a fixed price contract. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by September 11, 2017, 12:00pm eastern standard time and must reference number HHS-NIH-NIDA-SSSA-PSOL-17-442. Responses must be submitted electronically to Andrea McGee amcgee@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-PSOL-2017-442 on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-2017-442/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bldg 15K, Rm.110, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04658687-W 20170903/170901231426-d8a2551a7cc569ddbb485cf2b9bb1dd9 (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.