Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2024 SAM #8272
SOURCES SOUGHT

Q -- Just-In-Time Adaptive Interventions for Addictive Behaviors (JITAI)

Notice Date
7/19/2024 8:04:34 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00456FO
 
Response Due
7/26/2024 10:00:00 AM
 
Archive Date
08/10/2024
 
Point of Contact
Shaun Rostad, Phone: 3015949516, Joshua T. Lazarus, Phone: 3018276923
 
E-Mail Address
shaun.rostad@nih.gov, Josh.Lazarus@nih.gov
(shaun.rostad@nih.gov, Josh.Lazarus@nih.gov)
 
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, 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. Small businesses are encouraged to respond. BACKGROUND INFORMATION AND OBJECTIVE: The National Institute on Drug Abuse (NIDA) Intramural Research Program�s (IRP) Real-word Assessment, Prediction, and Treatment Unit (RAPT) requires additional expertise in several specific aspects of implementing a protocol to develop and test mobile-app-based systems for assessing, predicting, and responding to indicators of behavioral risk in people with addictions. Our research group has made extensive use of the smartphone-based assessment tool called ecological momentary assessment (EMA) to understand people�s daily experiences with drug craving, use, and lapse.� EMA is only an assessment, not an intervention.� We are developing ways to use EMA for detection and prediction of risky states (e.g., stress, drug craving), and ways to prevent or intervene unwanted outcomes (e.g., lapse to drug use).� This type of system is sometimes called a JITAI (Just-in-Time Adaptive Intervention).� JITAIs require machine-learning models that train on large datasets and are iteratively tested to make increasingly accurate classifications of risk and non-risk states. We are also expanding the scope of our EMA/JITAI work to encompass not only local participants who physically come to our research center in Baltimore, but also participants nationwide who access a smartphone app remotely. Requirements: Interested Offerors shall demonstrate their ability to provide NIDA with services and infrastructure for EMA/JITAI work including the following: Customize its automatic payment system to accommodate payments at the direction of NIDA, as needed and consistent with NIDA�s approved protocol parameters. This may also be set up to be done directly through other platforms. Utilize Qualtrics online sample or similar panel to help recruit participants. The number of participants may change based on NIDA�s approved protocol criteria. Provide data-analysis support and post-processing of data per the NIDA approved protocol data-analysis requirements. Provide expertise including processing of smartphone sensor and EMA data for machine learning. Provide an infrastructure that includes a system for remuneration and participant payments. Have the ability to customize its remuneration system capabilities based on its clients� approved protocols Provide regular updates and ad hoc status reports to NIDA. The Contractor shall protect all sensitive protected health information (PHI) or personally identifiable information (PII) collected while performing the required services. Sensitive PHI/PII shall not be transferred to, nor shared with NIDA. Any data collected must be deidentified or coded so that the code cannot be linked to participants by NIDA. Capability statement /information sought: Capable Vendors shall demonstrate and document in the submitted Capability Statement its experience in the technical areas, requirements, and personnel listed above. Furthermore, Vendors should include relevant and specific information on each of the following qualifications: 1) Approach: Vendors should prepare a narrative describing the methodologies, approach, and techniques utilized on similar relevant project to achieve the requirements listed above. 2) Experience: Provide an outline describing experiences on previous similar projects, specifically the techniques employed, the challenges encountered, and the lessons learned in the areas described above. Additionally, provide the name and the point of contact for any recent Organizations, Institutions, or Agencies where services were provided with a similar scope of work. 3) Personnel: Provide the names, professional qualifications of personnel with specific experience in the work requested and knowledge of, and experience to successfully complete the requirements describe above. The Government will assess the appropriateness of professional and technical personnel classifications.� The Government will consider any other specific and relevant information about this particular announcement that would improve our evaluation of respondents.� Organizations should demonstrate capability to administer and coordinate interrelated tasks in an effective and timely manner.� Documentation may include, but is not limited to, contracts in which the organization performed equivalent tasks (Government and commercial); references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability; and awards or commendations. Companies that believe they possess the capabilities to provide the required 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. 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 twenty (20) page limit.� The 20-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 Shaun Rostad, Contract Specialist at e-mail address shaun.rostad@nih.gov. The response must be received on or before July 26th, 2024, 1:00 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/153fe36846394757bd82ec993a42f540/view)
 
Record
SN07136507-F 20240721/240719230114 (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.