Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOLICITATION NOTICE

L -- Research Services: determining risk factors and population - attributable risk estimates associated with traumatic brain injury and post traumatic stress syndrome

Notice Date
1/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W81NLC93573001
 
Response Due
1/29/2010
 
Archive Date
3/30/2010
 
Point of Contact
Jeffrey Bernard, 508-233-5984
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(jeff.bernard@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and in conjunction with FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation (numbered W81NLC-9357-3001) is issued as a request for proposal (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 (iv) There is a 100% small business set aside for this acquisition. (v) Items: CLIN 0001: RESEARCH SERVICES DETERMINING RISK FACTORS AND POPULATION-ATTRIBUTABLE RISK ESTIMATES ASSOCIATED WITH MILD TRAUMATIC BRAIN INJURY AND POST TRAUMATIC STRESS SYNDROME, A LOGITUDINAL FOLLOW-UP STUDY OF DEPLOYED U.S. ARMY SOLDIERS 2003-2006 POP: Award date plus 10 months (vi) Description of requirements for Items being acquired Statement of Work SSDS and TAIHOD Initiatives Determining risk factors and population-attributable risk estimates Associated with mTBI and PTSD: A longitudinal follow-up study of deployed U.S. Army Soldiers, 2003 2006 The purpose of this study is to use the Total Army Injury and Health Outcomes Database (TAIHOD) to identify Soldiers who deployed between the years 2003-2006 to determine: 1.Whether mild traumatic brain injury (mTBI) significantly increases the risk of developing post-traumatic stress disorder (PTDS), 2.Whether non-brain traumatic injury significantly increases the risk of developing PTSD, and 3.The relative impacts of risk factors (e.g. exposures that place Soldiers at risk) differ significantly from one another among those with PTSD. To further these aims, SSDS will carry out the research protocol described in approved protocol: Determining risk factors and population-attributable risk estimates associated with mTBI and PTSD: A longitudinal follow-up study of deployed U.S. Army Soldiers, 2003 2006. The protocol has undergone scientific review and comments resulting from this review have been addressed and are reflected in the protocol. SSDS staff including Dr. Hunt, Senior Research Scientist, Ms. Komp, Research Analyst and Ms. Kay, Research Associate will complete this Scope of Work. CLIN 0001: Develop analytical data sets and conduct analyses for Specific Aims 1 & 2. I.Develop analytical dataset for specific aims 1 &2. II.Conduct descriptive analyses for 4 exposure/endpoint pairs (2 exposures by 2 endpoints) III.Develop survival models for 4 exposure/endpoint pairs (2 exposures by 2 endpoints) IV.Conduct preliminary regression and survival analyses for combined exposure/endpoint pairs as indicated. V.Prepare a draft of Paper to answer Hypotheses 1 & 2 for internal (TAIHOD) review VI.Conduct additional analyses indicated by review. Prepare paper for internal clearance and journal submission. ** Invoices to be submitted to USARIEM upon completion of each Task Deliverable. (vii) Delivery Info: All items will be delivered FOB Destination to: Carol Migliaccio, USARIEM, SR W038 USA Soldier Systems Center, 1 Kansas Street, Natick, MA 01760. (viii) A)The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition and is incorporated herein by reference. B)Addendum to FAR 52.212-1. PLEASE FILL IN THE FOLLOWING INFOMRATION: DUNS NUMBER: ___________________________ CAGE NUMBER: ___________________________ TAX I.D. NUMBER: _________________________ BUSINESS SIZE: [ ] SMALL OR [ ] LARGE BUSINESS PAYMENT TERMS: _________________________ DELIVERY SCHEDULE: ITEM NO.QUANTITYDAYS AFTER NOTIFICATION OF AWARD 0001001_______________________ NOTES TO OFFEROR: 1.This Request for Quotation is released as F.O.B. Destination. Any applicable shipping/freight charges, must be included within the cost of the line items. 2.In order to be considered eligible for award of a Government contract, all offerors must be registered with the Central Contractor Registration (CCR) database, or commence the registration process prior to the closing of this RFQ. The website for which is http://www.ccr.gov. Click on NEW from the homepage, and follow the prompts to begin the registration process. See DFAR Clause Number 252.204-7004, entitled required Central Contractor Registration. If your company is NOT registered, or have not started the registration process prior to the closing date and time of this RFQ, your offer will be considered NONRESPONSIVE. (ix) Evaluation Procedures 1. Basis for Award 52.212-2 EvaluationCommercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical (capability of the item offered to meet the Government requirement) and Price. Technical is approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (x) Quotes shall be submitted with a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, unless a completed copy of these provisions is available online at ORCA. (xi) The clause at 52.212-4, Contract Terms and Conditions applies to this acquisition and is incorporated herein by reference. (xii) The clauses at 52.212-5 (DEVIATION) and 252.212-7001 (DEVIATION), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION), apply to this acquisition, and are incorporated herein by reference. (xiii) Additional provisions and clauses. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): Http://farsite.hill.af.mil/farsite_alt.html (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated herein by reference: 52.202-1 -- Definitions 52.203-3 -- Gratuities (Apr 1984) 52.203-6 -- Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I (Oct 1995) 52.204-7 -- Central Contractor Registration 52.212-4 -- Contract Terms and Conditions--Commercial Items (Mar 2009) 52.222-3 -- Convict Labor (Jun 2003) 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies (Jun 2004) 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999) 52.222-26 -- Equal Opportunity (Apr 2002) 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.222-36 -- Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001) 52.222-54 Employment Eligibility Verification 52.225-1 -- Buy American Act 52.225-13 -- Restrictions on Certain Foreign Purchases (Dec 2003) 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.247-34 -- FOB Destination 52.252-6 -- Authorized Deviations in Clauses 252.225-7002 -- Qualifying Country Sources as Subcontractors 252.225-7012 -- Preference for Certain Domestic Commodities. 252.204-7004 ALT A Central Contractor Registration (Nov 2003) and 252.225-7002 (Apr 2003). 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) 252.225-7001 -- Buy American Act and Balance of Payments Program (Apr 2003) 252.225-7012 -- Preference for Certain Domestic Commodities (June 2004) 252.232-7003 -- Electronic Submission of Payment Requests (Jan 2004) (xiv) N/A (xv) Proposals shall be submitted electronically to jeff.bernard@us.army.mil not later than Friday, 29 January 2010 at 2:00pm EST. (xvi) Please contact Jeffrey Bernard at jeff.bernard@us.army.mil (508-233-5984) for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b211e45825af98afa50f7e5d3f1aaf1)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02048034-W 20100124/100122235848-8b211e45825af98afa50f7e5d3f1aaf1 (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.