Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2017 FBO #5839
SOLICITATION NOTICE

R -- Cardiology Consulting Support Services

Notice Date
11/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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-CSS-2018-002
 
Archive Date
12/9/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2018-002 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541690 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is set aside for small business. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, dated November 6, 2017. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The Intramural Research Program (IRP) in the National Institute on Aging (NIA) is comprised of nine scientific laboratories, the Translational Gerontology Branch, and ten core facilities. The research program has three main focus areas: Neuroscience, Aging Biology and Translational Gerontology. IRP scientists conduct research in many different disciplines that range from basic science to clinical research and epidemiology. Medical problems, which typically affect older persons, are studied in depth using the tools of modern laboratory and clinical research, with a translational perspective. The central focus of our research is understanding age-related changes in physiology and the ability to adapt to environmental stress. This understanding is then applied to developing insight about the pathophysiology of age-related diseases. The program seeks to understand the changes associated with healthy aging and to define the criteria for evaluating when changes should be considered pathologic and require treatment. Thus, in addition to study common age-related diseases, such as Alzheimer's Disease, Parkinson's Disease, stroke, atherosclerosis, osteoarthritis, diabetes and cancer, we also explore the determinants of healthy aging as possible targets for interventions aimed at improving health and quality of life in the older population at large. The National Institute on Aging (NIA) Intramural Research Program (IRP) program operates the Baltimore Longitudinal Study of Aging (BLSA), America's longest-running scientific study of human aging which began in 1958. The focus of the study is to characterize how an individual ages across the adult life span and individuals have been continually recruited for participation since its initiation. The study measures and interprets data in a number of health subjects, including cardiovascular health. Purpose The purpose of this requirement is to acquire consulting support services of an expert in clinical cardiovascular research to assist with coding, interpretation, and quality control of scientific data on cardiovascular diseases generated by the clinical research program of the NIA for the BLSA. Project Requirements 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 the requirements stated below: The contractor shall provide the following cardiovascular consulting support services: •Provide coding, interpretation, data management, and quality control of resting electrocardiograms using the BLSA-modified Minnesota Coding System. Data and results shall be recorded using the NIA electronic reporting system. •Provide coding, interpretation, data management, and quality control of echocardiographs. Data and results shall be recorded in the Intellispace Cardiovascular reporting system owned and used by the NIA. •Provide coding, interpretation, data management, and quality control of carotid artery intimal medial thickness measurements. •Provide coding, interpretation, data management, and quality control of Pulse Wave Velocity measurements •Provide coding, interpretation, data management, and quality control of treadmill stress testing results using the BLSA-modified Minnesota coding system for ischemia, arrhythmia, and relevant electrocardiographic abnormalities using the NIA electronic reporting system. •Provide coding, interpretation, data management, and quality control for ambulatory Holter reports and ensure that data is efficiently imported into the BLSA study database. •Assist in oversight of the management and function of the NIA electronic cardiovascular test reporting system in cooperation with the NIA Information Technology department. •Provide weekly written progress reports to the Contracting Officer's Representative which describe all work completed during the specified period and present all work to be accomplished during the subsequent period. Reports shall identify any difficulties that arose in the performance of the required tasks during the specified period as well as how difficulties were resolved. Should any difficulties not have been resolved, the report shall provide an explanation and plans for full resolution. The contractor shall provide services at the following Government sites, as well as the contractor's site: 3001 S. Hanover Street Baltimore, MD 21225, and; 251 Bayview Boulevard, Suite 100 Baltimore, MD 21224 Level of Effort The NIH estimates that the level of effort for this requirement shall be one (1) medical doctor on a part-time basis for up to 1,250 hours for the entire contract period. Government Responsibilities The Government will provide data necessary for performance of the required scope of work. The Government shall also provide desk space, computer, and software at the places of performance for use in performing the required scope of work. A laptop with VPN capabilities shall be provided for off-site work as approved by the Government. All data provided to the consultant by the Government must be treated as confidential and not be disclosed to any third party. All Government furnished property shall be safeguarded by the contractor and shall be managed by a NIA property administrator. Deliverables and Reporting Requirements Provide weekly written electronic progress reports to the Contracting Officer's Representative which describe all work completed during the specified period and present all work to be accomplished during the subsequent period. Reports shall identify any difficulties that arose in the performance of the required tasks during the specified period as well as how difficulties were resolved. Should any difficulties not have been resolved, the report shall provide an explanation and plans for full resolution. Government Furnished Equipment/Facilities: The Government will provide scheduling support in arrangement of outpatient clinic rooms on an as needed basis. The Government will provide the contractor with a standard desk top computer along with necessary software. Contract employee will provide all necessary supplies for the various types of testing required. Supplies shall include tests, scoring manuals, test records, and response forms. Key Personnel The Contractor employee working under this award shall be considered key personnel. Key Personnel requirements are as follows: •Must be a licensed medical doctor with at least five (5) years of experience in cardiovascular research efforts. •Must have at least five (5) years of experience in the preparation of longitudinal research study data into SAS databases suitable for analysis by mixed model based approaches. •Must hold malpractice insurance which provides coverage through the base period of performance. Documentation of malpractice insurance coverage shall be required for all optional periods of performance, if exercised, as well. 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 considered to be 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. It is required that all contractors involved with the NIA community work collaboratively with federal staff and other contractors towards the NIA 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. Period of Performance The period of performance for this requirement shall be as follows: December 4, 2017 - December 3, 2018. Contract Type The Government intends to issue a firm fixed price contract. Data Rights The NIA shall have unlimited rights to and ownership of all deliverables provided under this procurement including reports, analyses, recommendations, briefings, work plans, created SOPs and all other deliverables. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General," is hereby incorporated by reference and shall be made a part of any resulting contract/order. OTHER CONSIDERATIONS Travel Travel is not expected or authorized for this requirement. No travel reimbursement shall be provided. Information Systems Security Plan The contractor may have the ability to access federal information system(s). The information security policies and procedures are applicable to the requirement. Non-Personal Service Statement The contract employee performing services will be controlled, directed and supervised at all times by management personnel of the contractor. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of the Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisitions Regulations (FAR). Contracting Officer's Representative A Contracting Officer's Representative (COR) shall be assigned to the awarded contract. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change the COR designation for this contract. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items (OCT 2014) applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) apply to this acquisition. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.219-8 Utilization of Small Business Concerns (Nov 2016) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C 657f). 52.222-3 Convict Labor (June 2003). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sept 2016). 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). Standard for Security Configurations, HHSAR 352.239-70, (January 2010) Standard for Encryption Language, HHSAR 352.239-71, (January 2010) Security Requirements for Federal Information Technology Resources, HHSAR 352.239-72, (January 2010) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (OCT 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. Factor 1: Technical Capability The Contractor's proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the statement of work and compliance with requirements. Factor 2: Key Personnel Qualifications Offerors proposals shall be evaluated for level of conformance to the key personnel qualifications identified in this statement of work. Offeror proposals must contain a resume/CV, as well as copies of current certifications relevant to the key personnel qualifications. Exceeding requirements shall be viewed favorably. Factor 3: Past Performance The Contractor shall provide a list of two (2) past performance references with knowledge of the contractor's relevant skills and experience related to the requirements outlined in this Statement of Work. References shall include the following information: a.Name of Organization b.Description of Contractor's responsibilities as they relate to this SOW c.Contract Period of Performance d.Contact Name and Title e.Telephone Number f.E-mail address Past Performance shall be evaluated for relevance to the current requirement. Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and shall not exceed 10 single-sided pages excluding any attachments (for example CV). The price quotation must include annual pricing for the base and option periods as well as the hourly rate used to calculate this pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." Note Responses to this solicitation 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. CLOSING STATEMENT The closing date for this solicitation is November 24, 2017 at 11:00am EST. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2018-002. Responses shall be submitted electronically via email to Jermaine Duncan, Contract Specialist, at jermaine.duncan@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-2018-002 /listing.html)
 
Record
SN04742462-W 20171118/171116231143-3fff7c6a90718ec889e5141ac102e063 (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.