SOURCES SOUGHT
U -- NINDS Scientific Research Preparatory Summer Course
- Notice Date
- 12/22/2023 5:48:28 AM
- Notice Type
- Sources Sought
- NAICS
- 611210
— Junior Colleges
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024Q00097
- Response Due
- 12/27/2023 1:00:00 PM
- Archive Date
- 01/11/2024
- Point of Contact
- Rieka Plugge
- E-Mail Address
-
rieka.plugge@nih.gov
(rieka.plugge@nih.gov)
- 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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). 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) has a requirement for Scientific Research Preparatory Summer Course services. The 2023 Scientific Research Preparatory Summer Course is a two-year program to prepare students from traditionally underserved populations to be competitive applicants for the NIH Summer Internship Program (SIP). As recent NIH policy dictates that students under 18 years old are no longer eligible for the program unless accompanied by a legal guardian, many students, especially those from underserved areas, are no longer able to make arrangements to attend the program. NINDS is taking this opportunity to approach this very important part of the NIH mission from a different tact. NINDS in collaboration with the NIH Tribal Health Research Office, will provide a program that will not only continue to provide an opportunity for underserved students to have a science research experience, but will prepare theses students so that once able to attend the students will be competitive with their peers. Moreover, the mission of the NIH is to develop, maintain, and renew scientific human resources that will ensure the Nation's capability to prevent disease.� Therefore, encouraging enrollment of new trainees in NIH Program would be in line with the mission.� Purpose and Objectives: The purpose of the Scientific Research Preparatory Summer Course is to prepare students from populations traditionally underrepresented in science, such as the American Indian/Alaska Native (AIAN), to be competitive applicants for the NIH Summer Intern Program (SIP).� NIH seeks colleges, universities and medical schools uniquely situated near AIAN communities and suited to provide a scholarly scientific curriculum and administer the AIAN SIP Prep Program. The Traditional Knowledge component of course cannot be presented by anyone outside the Native community.� Objective of this program is to expose diverse students to basic laboratory procedures, including planning experiments, evaluating data, keeping a laboratory notebook, reading and evaluating journal articles, and understanding basic laboratory techniques. Each program will also include a medical or clinical component exposing the students to opportunities and research in the medical field as well as a Traditional Knowledge component and internship and college application preparation. The objective of this contract is to provide comprehensive summer training to AIAN students in support and preparation of attending the NIH in the next few years.� This is to include strategic planning and program development to support Scientific Research Preparatory Summer Course. Project requirements: The contractor shall conduct a summer internship program. The base period summer program will be based on a curriculum and schedule provided by NINDS. The internship participants shall number between 10-15 rising junior AIAN high school students for an introductory to research session (base period summer program) and a one day fall activity that will build off of the summer program for the students. Option Period One shall have a one-day spring of 2025 activity building off of the prior summer curriculum and fall activity for the same group of students. The contractor shall develop their own curriculum for option period one summer program which is more advanced and builds off of the lessons learned in the base period summer program. In Option Period One, the contractor shall utilize best efforts to retain the same group of students who participated in the Base Period. In the event a student who participated in the base period summer program elects to not participate in the option period one summer program, the contractor shall recruit and replace the departing student with a rising senior student capable of meeting the requirements of the more advanced curriculum in the option period summer program. This requirement is specific to AIAN students, therefore any recruitment of students who are not specifically AIAN are subject to approval from the Contracting Officer's Representative. The Contractor shall furnish services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government under the terms of this contract. The Contractor must have demonstrated extensive experience providing program support services, working with underserved populations, specifically AIAN populations, and coordinating programs to increase scientific experience. The contractor must have evidence of an ongoing relationship with the tribal community for whom they will provide training.�� The Contractor shall Coordinate with local universities and/or medical schools in region to provide a laboratory environment to host the summer program; provide personnel to staff the summer program; coordinate local travel for students to summer program; and coordinate with local universities to provide oversight for a Traditional Knowledge activity. Anticipated period of performance: The anticipated period of performance shall include one 12-month base period effective at time of award and one 12-month option period. Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests 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. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and 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 ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Rieka Plugge via e-mail at rieka.plugge@nih.gov. � The response must be received on or before 12/27/2023, 4:00 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 presolicitation synopsis and solicitation may be published in www.sam.gov. 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/cd01f76703d54d6a8b1c4e36fa974606/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06921169-F 20231224/231222230049 (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 |