Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOURCES SOUGHT

99 -- NIA Baltimore Longitudinal Study of Aging (BLSA) Data Science Consulting Services

Notice Date
5/16/2023 2:02:08 PM
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95023R00051
 
Response Due
5/26/2023 12:00:00 PM
 
Point of Contact
Michelle Cecilia, Phone: 301-827-7199
 
E-Mail Address
michelle.cecilia@nih.gov
(michelle.cecilia@nih.gov)
 
Description
SOURCES SOUGHT NOTICE� 1.�� �Solicitation Number:�� � 75N95023R00051 2.�� �Title: �NIA Baltimore Longitudinal Study of Aging (BLSA) Data Science Consulting Services 3.�� �Classification Code: �R � Professional, administrative and management support services 4.�� �NAICS Code: �541690 � Other Scientific and Technical Consulting Services 5.�� �Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 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. The Government is especially interested in determining (1) the availability 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. Background: � The purpose of this requirement is to obtain methodological and technical expertise in data science in order to complete the implementation of a modern data system for the Baltimore Longitudinal Study of Aging (BLSA) and enable public sharing of the study data. The new data system facilitates the collection, storage, integration, and maintentance of BLSA data as well as bringing the study in line with FAIR (Findable, Accessible, Interoperable, Reusable) data principles.� University of Mississippi is the incumbent (Contract# 75N95019C00028). Purpose and Objectives:� The BLSA is a unique and invaluable resource on human aging, begun in 1958, as a continuously enrolled cohort study of community dwelling adults that seeks to evaluate change in medical, physiological, cognitive and physical function across the adult life span. In the modern era of the study participants are enrolled and return at regular intervals for study visit that include a wide range of testing: standard clinical assessments, specialized research instruments, laboratory tests, imaging studies, genomic panels as well as other evaluations. The study database also incorporates historical data gathered from a range of protocols over the 65 year history of the study. The BLSA encompasses a large variety of multi-dimensional data that was previously managed in a siloed manner driven by topic area. Data science services are required to complete the infrastructure of a data system for BLSA data processes that is cohesive, uniform, and inclusive as well as establishing mechanisms for continuing data quality assurance, data quality control and system maintenance. Documentation and file �preparation for data sharing in public repositories is also required.� Project Requirements/Scope of Work Please see Attachment 1: Statement of Work Anticipated period of performance:� The required base period of performance with two optional years. However, it is possible that a transition period may be required and may shift the period of performance up to three months prior to the September date listed below.� Base Year: � � � 9/23/2023 � 9/22/2024 � � �� Option Year 1: �9/23/2024� 9/22/2025 Option Year 2 : 9/23/2025 � 9/22/2026 Capability statement /information sought. Respondents must be registered in the System for Award Management (SAM), and address the following questions: ��� �Provide your DUNS number, organization name, address, and point of contact. If your business is a small business, include your size and type of business (e.g., 8(a), HubZone, etc., SDVOSB, etc.) pursuant to the applicable NAICS code. ��� �Provide a capability statement that addresses the project requirements listed in the Statement of Work with particular attention to the key personnel component, description of your solution; information regarding your experience in providing a solution. In addition, please complete Attachment # 2, �Sources Sought Capability Questionnaire as part of your response.� ��� �Provide any other information that may be helpful in developing or finalizing the acquisition requirements. 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 must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone numbers, and e-mail addresses. Responses to this Source Sought Notice MUST include responses to the�Sources Sought Capability Questionnaire listed as Attachment #2. All responses must be submitted by email to Michelle Cecilia, Contracting Officer, at michelle.cecilia@nih.gov, and reference sources sought notice number 75N95023R00051.� The response must be received on or before Friday, May 26, 2023 at 3:00 p.m. Eastern time. Disclaimer and Important Notes: �This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a synopsis and solicitation may be published in SAM.gov Contract Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2ea0fa8964e47cb8956338a46aaf5a3/view)
 
Place of Performance
Address: Brooklyn, MD 21225, USA
Zip Code: 21225
Country: USA
 
Record
SN06684723-F 20230518/230517212028 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.