Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOLICITATION NOTICE

B -- Immunologic Function in Autism and Related Conditions

Notice Date
8/31/2015
 
Notice Type
Presolicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-15-532
 
Archive Date
9/21/2015
 
Point of Contact
Paul C. Marsalese,
 
E-Mail Address
paul.marsalese@nih.gov
(paul.marsalese@nih.gov)
 
Small Business Set-Aside
N/A
 
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). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to The Leland Stanford Junior University. The purpose of this purchase order will be to provide the National Institute of Mental Health (NIMH), Section on Behavioral Pediatrics in the Pediatrics and Develpmental Neuroscience Branch with a board certified pediatrician and rheumatologist to consult on immunological aspects of Pediatric Autoimmune Neuropsychiatric Disorders Associated with Streptococcus (PANDAS/PANS) and autism research. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 611310 with a Size Standard of $25.5M. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-82 dated May 7, 2015. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. Background Information: The National Institute of Mental Health (NIMH), Section on Behavioral Pediatrics in the Pediatrics and Developmental Neuroscience Branch (PDN), conducts clinical research on a variety of childhood behavioral problems including research to identify both biological and clinical factors which influence the onset and expression of behavioral symptoms and to develop more effective treatment and prevention strategies for childhood disorders. Currently, PDN's research is focused primarily on autism spectrum disorders (including autism, PDD-NOS and Aspergers disorder) and obsessive compulsive disorder, including the PANS and PANDAS subtypes. Purpose and Objectives for the Acquisition: This purchase order will allow a board certified pediatrician and rheumatologist to consult on immunological aspects of Pediatric Autoimmune Neuropsychiatric Disorder Associated with Streptococcus (PANDAS/PANS) and autism research. The individual will provide expertise on three areas that are critical to research on acute onset Obsessive Compulsive Disorder (OCD), PANDAS/PANS. Specifically he/she will provide expertise needed to do HLA subtyping, analyze antinuclear antibody abnormalities, and determine disease mechanisms for PANDAS/PANS and autoimmune encephalitis. The physician will provide clinical expertise as a blinded rater of behavioral descriptions and measure for individuals with these disorders. The contractor will analyze clinical and biological data from subjects with acute-onset OCD and will write and edit manuscripts for submission and will serve as a co­ author on additional papers. Contractor Requirements (Scope of Work): The contractor requirements include, but are not limited to the following: •NIMH/Stanford PANS/PANDAS Cohorts-HLA Project. Serve as an advisor on the investigation, partner with Government personnel on the data analysis and interpretation, and prepare manuscripts for publication. •Stanford PANS/PANDAS/Sydenham's Chorea cohort - Advise on the enrollment of patients for long term outcome study, genetic studies, infectious triggers analysis, and immunophenotyping. •Advise Government personnel on the development Treatment Guidelines with the PANS/PANDAS Research Consortium, publication, and distribution. •Advise Government personnel in the creation of screening tools and treatment guideline flow-charts for Pediatricians, Emergency Rooms and Urgent Care Clinics which will be distributed to, and utilized by larger pediatric care community. •Advise Government personnel in the development of PANDAS/PANS data registry and data repository. •Act as an advisor to Government personnel regarding the consultation to PANDAS Physicians Network (pandasppn.org) on diagnostic and treatment guidelines, including periodic updates of content and advice on complex cases. •Meet with leaders (ID, AAP, neurology) to educate on new PANS criteria, research efforts, and research findings. •Advise the Government in working with physicians, schools and community groups to increase awareness of PANS and teach about PANS and NIMH's PANS research program. Serve as a Government advisor to encourage early referral of new onset cases as NIMH hops to better understand triggers and effects of early intervention. 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 Leland Stanford Junior University is the only vendor in the current market place that can provide the services required by the National Instute of Mental Health. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a small business sources sought notice was posted to FedBizOpps referencing the above detailed generic requirements and no responses were received. Additionally, knowledgeable inviduals in the Government and Industry were contacted for market research purposes. None of the subject matter experts contacted were able to identify any contractor other than The Leland Stanford Junior University could meet the needs of this requirement. Finally, a review of both the GSA Advantage and Dynamic Small Business Search returned no results. Therefore, only The Leland Stanford Junior University is capable of meeting the needs of this requirement. The intended source is: The Leland Stanford Junior University 450 Serra Mall Stanford, CA 94305-2004 APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.213-4, Terms and Conditions - Simplified Acquisiton (Other Than Commercial Items). The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. 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 Dun & Bradstreet Number (DUNS), 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. 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. 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. All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Paul Marsalese, Contract Specialist, at paul.marsalese@nih.gov. US Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-15-532/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03863778-W 20150902/150831235539-c45e538fb5faef3821366bded79ce224 (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.