SOLICITATION NOTICE
A -- SENIOR RESEARCH ANALYST
- Notice Date
- 3/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-03-T-0038
- Archive Date
- 3/25/2003
- Point of Contact
- Phyllis Kennedy, Purchasing Agent, Phone (619) 532-8100, Fax (619 532-5596, - Joan Balazs, SPVY, Contract Specialist, Phone 619-532-5944, Fax 619-532-5596,
- E-Mail Address
-
pjkennedy@nmcsd.med.navy.mil, jbalazs@nmcsd.med.navy.mil
- Description
- The Naval Medical Center San Diego intends to procure on an Other Than Full and Open Competition basis from Sandor Kaupp, 1133 Furst St., San Diego, CA 92118, the following services: CLIN 0001: 4 months ? Provide non-personal services in accordance with the following Statement of Work: 1. SCOPE OF CONTRACT: The work to be performed is located in the Naval Training, Center Branch Medical Clinic and Naval Medical Center, San Diego. The contractor is a Senior Research Analyst who provides research services. During the term of this contract, the contractor agrees to perform on behalf of the Government the duties as a Senior Research Analyst, with primary responsibility for the analysis of research data generated by the Navy Refractive Surgery Center, Naval Medical Center San Diego. Additional duties will include aiding in designing and executing research programs. 2. DUTY HOURS: The contractor shall be available for duty at the Naval Medical Center, San Diego or the Naval Training Center, San Diego, CA from 0730-1630 (this includes a one-hour lunch), Monday through Friday. The contractor shall agree to extend these hours, as necessary, to ensure experiments are completed or deadlines met. The contractor will be given an equal amount of compensatory time to be scheduled upon mutual agreement of the Research Analyst and the Government Point of Contact. The contractor shall arrive for each scheduled shift in a well-rested condition and shall have had at least six hours of rest from all other duties immediately prior to reporting for the shift. 3. DUTIES: The contractor shall have primary responsibility for the analysis of data generated in research to study visual outcomes of photorefractive keratectomy (PRK) and laser in-situ keratomeliusis (LASIK) for the treatment of myopia, myopia with astigmatism, and hyperopia. The contractor will perform duties on-site using Government-furnished facilities, equipment, and supplies. The contractor is key member of the management team with responsibilities covering the full range of refractive surgery research, which will include the following: Analysis of research data, including direction and instruction of other research personnel in data analysis; Organize statistical analysis of all clinical and performance data; Aid in database setup and management; aiding in designing and executing research programs, including manuscript preparation and submission, studying the visual outcomes of PRK and LASIK treatment of myopia, myopia with astigmatism, and hyperopia; Interface on a daily basis with a team of medical doctors, technicians, and other researchers; Perform contrast acuity and sensitivity testing; Operate corneal videokeratoscopy and interprets and analyze results; Aid in the design and supervision of protocols for measurement of acuity, refraction, contrast acuity, contrast sensitivity, corneal topography, and pupillary dilation; Participate in protocol development and design for clinical and visual measurement; Prepare manuscripts for publication and graphics for professional presentations. The contractor will be responsible for appropriate analysis of data, synthesis of salient manuscripts for peer reviewed publication, and production of professional presentations; Travel may be required. Travel expenses incurred will be compensated by the Government. 4. SPECIAL REQUIREMENTS: Must have MA/MS in biology/physiology or relevant sciences; Must have 10 years experience in scientific research; At least 4 years of experience managing refractive surgery research and directing research subordinates within the last 4 years; Ability to communicate orally and in writing using universal English; Proficient with computers and familiar with software for word processing, graphic productions, database management and statistical analysis. This includes Microsoft Office (Word, Excel, PowerPoint, and Access) and statistical products (e.g. Statistica, SAS, SPSS); Provide sample of article you authored and published for peer review that attest to research skills in vision physiology and photorefractive keratectomy (PRK); Provide three letters of recommendation attesting to skills, knowledge and capability to write clinical investigations proposals, design experiments, and collecting and analyzing data in vision physiology and PRK and/or LASIK. Letters of recommendations must be from practicing ophthalmologists or research managers, and must be written with the last 5 years. (May be waived for contractors previously providing services to the Navy Refractive Surgery Center, NMCSD). The contractor shall comply with the medical staff rules, regulations and bylaws related to animal research and clinical practice as promulgated by the Medical Treatment Facility Commander and the nationwide standards of practice of the Ophthalmology specialty. The contractor will be neat, clean, well groomed, and in appropriate clothing when in patient care areas. Hair shall be neatly trimmed and combed. The contractor shall display an identification badge on the right breast of his or her outer clothing, which includes the contractor?s full name and professional status. The contractor shall become acquainted with and obey all station regulations, shall perform in a manner to preclude the waste of utilities, and shall not use Government telephones for personal business. All motor vehicles operated on the installation by the contractor shall be registered with the base security service according to applicable directives. Eating and smoking by the contractor are prohibited in patient care areas and are restricted to designated areas. The contractor is not prohibited, by reason of his or her performance under this contract, from outside employment so long as there is no conflict with the performance of services under this contract. The contractor shall make no use of any Government facilities or other Government property in connection with outside employment. All financial, statistical, personnel, and technical data which is furnished, produced or otherwise available to the contractor during the performance of this contract are considered confidential business information and shall not be used for purposed other than performance of work under this contract nor be released by the contractor without prior written consent of the COR. Any presentation of any statistical or analytical materials, or any reports based on information obtained from studies covered by this, will be subject to review and approval by the COR before publication or dissemination. The Secretary of the Navy has determined that the illegal possession or use of drugs and paraphernalia in a military setting contributes directly to military drug abuse and undermines command efforts to eliminate drug abuse among military personnel. The policy of the Department of the Navy (including the Marine Corps) is to deter and detect drug offenses on military installations. Measures taken to identify drug offenses on military installations and to prevent introduction of illegal drugs and paraphernalia include routine random inspection of personal possessions on entry or exit. If there is probable cause to believe that the contractor has been engaged in use, possession, or trafficking of drugs, the contractor may be detained for a limited period of time until he or she can be removed from the installation or turned over to the local law enforcement personnel having jurisdiction. When illegal drugs are discovered in the course of an inspection or search of a vehicle operated by a contractor, the contractor and vehicle may be detained for a reasonable period of time necessary to surrender the individual and vehicle to appropriate civil law enforcement personnel. Action may be taken to suspend working privileges as well as installation driving privileges. Implicit with the acceptance of this contract is the agreement by the contractor to comply with all Federal and State laws as well as regulations issued by the commander of the military installation concerning illegal drugs and paraphernalia. The contractor must be able to read, write, speak, and understand the English language fluently. 5. FAILURE TO PERFORM: Should the contractor be unable to perform duties under this contract due to medical or physical disability for more than 13 consecutive days or because of questions concerning competency, ethics, or conduct, performance under this contract may be suspended by the contracting officer until such medical or physical disability is resolved, or until such questions concerning competency, ethics, or conduct have been resolved. If performance under the contract is so suspended, no compensation or reimbursement shall accrue to the contractor so long as performance is suspended. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6 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. The solicitation number, N00259-03-T-0038, is issued as a request for quotation (RFQ). The Period of Performance is 15 Mar 2003 through 30 Jun 2003. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-07. The proposed contract action is for items for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 10 March 2003 will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Sole Source is based on unique knowledge of research studies and research protocols of the refractive surgery center at Naval Medical Center San Diego (NMCSD). This acquisition incorporates the following FAR clauses: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Oct 95); FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERICAL ITEMS (Oct 95) must be completed and submitted with your quote (please contact Phyllis Kennedy at 619-532-8122 if a copy is needed); in accordance with 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Aug 96), the following clauses are incorporated by reference in paragraph (b): 52.222-26 EQUAL OPPORTUNITY (E.O. 11246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERAN (38 U.S.C. 4212); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (29 U.S.C. 793); 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 95); DFARS 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1989). Responsible firm?s believing they can provide the above, should submit a written response to the Contracting Officer on or before 10 March 2003, providing detailed information, clearly showing their ability to do so without causing programmatic hardship to the program. Responses shall be made in writing via fax at 619-532-5596 Attn: Phyllis Kennedy or email pjkennedy@nmcsd.med.navy.mil.
- Place of Performance
- Address: 34800 BOB WILSON DR., SAN DIEGO, CA
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN00270100-W 20030306/030304213738 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |