SPECIAL NOTICE
Q -- Just-In-Time Adaptive Interventions for Addictive Behaviors (JITAI)
- Notice Date
- 8/15/2024 5:14:33 AM
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024Q00456
- Response Due
- 8/24/2024 10:00:00 AM
- Archive Date
- 09/08/2024
- 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
- NOTICE OF INTENT to Sole Source 1. SOLICITATION NUMBER: 75N95024Q00456 2. TITLE: Just-In-Time Adaptive Interventions for Addictive Behaviors (JITAI) 3. CLASSIFICATION CODE: Q403 � MEDICAL- EVALUATION/SCREENING 4. NAICS CODE: 541511 Custom Computer Programming Services 5. RESPONSE DATE: August 24, 2024 at 1:00 pm EST 6. PRIMARY POINT OF CONTACT: Shaun Rostad Shaun.Rostad@nih.gov Phone: (301) 443-6677 7. DESCRIPTION: INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisitions intends to solicit by a request for quotation from the University of Pennsylvania for award on or around August 26, 2024. The purpose of this acquisition will be to provide 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. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 541511 with a Size Standard of $34 Million. This acquisition is NOT set aside for small businesses. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) 13.5�Simplified Procedures for Certain Commercial Products and Commercial Services. Contracts awarded using FAR Part 13�Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6�Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2024-06, dated 07-30-2024. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: 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. Several aspects of this project require the expertise and infrastructure of The World Well-being Project (WWBP) at the Office of Research Services, University of Pennsylvania (UPenn). UPenn�s unique expertise includes processing of smartphone sensor and EMA data for machine learning.� UPenn�s infrastructure includes a system for remuneration and participant payments. UPenn is able to customize its remuneration system capabilities based on its clients� approved protocols.� This combination of knowledge, skills, and infrastructure is not available to RAPT from other sources. PROJECT REQUIREMENTS: Contractor must meet the following requirements: Independently and not as an agent of the Government, the Contractor shall provide NIDA with services and infrastructure for EMA/JITAI work. In accordance with the Contractor�s customary business practices and the customizations provided herein, the Contractor shall: 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 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. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, the UPenn is the only vendor in the marketplace that can provide the services required by NIDA. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only the UPenn is capable of meeting the needs of this requirement. The intended source is: University of Pennsylvania Philadelphia, PA 19104 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. 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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. Responses to this notice shall contain sufficient information to establish the interested parties� bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. FAR clauses 52.212-4, Contract Terms and Conditions � Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items apply to this acquisition. All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95024Q00456. Responses must be submitted electronically to Shaun Rostad, Contract Specialist, at Shaun.rostad@nih.gov �U.S. Mail and Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c931861a04374d62bc25ca2d588617c1/view)
- Record
- SN07171281-F 20240817/240815230113 (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 |