Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2016 FBO #5161
SOURCES SOUGHT

R -- Sleep Study Scoring and Interpretation Consulting Support Services

Notice Date
1/8/2016
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-16-106
 
Archive Date
2/2/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Small Business Sources Sought Notice HHS-NIH-NIDA-SSSA-SBSS-16-106 Sleep Study Scoring and Interpretation Consulting Support Services Contracting Office Address: 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, MD 20892, UNITED STATES. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Sleep Laboratory is a part of the Electroencephalography (EEG) Section, which is part of the Office of the Clinical Director, NINDS. Its mission is two-fold: 1) to provide clinical diagnostic and therapeutic sleep studies to patients participating in research protocols at the NIH Clinical Center, and 2) to provide research support to intramural investigators in developing and carrying out research protocols related to sleep and sleep disorders, including protocol development, obtaining and interpreting sleep and EEG recordings, and designing appropriate testing protocols and outcomes. At least 40 million Americans each year suffer from chronic, long-term sleep disorders, and an additional 20 million experience occasional sleep problems. These disorders and the resulting sleep deprivation interfere with cognition, rehabilitation, work, driving, and social activities. They also account for an estimated $16 billion in medical costs each year, while the indirect costs due to lost productivity and other factors are probably much greater. In addition to primary sleep disorders, many neurologic, psychiatric and other medical diseases have associated sleep disturbances, many of which can be managed effectively once they are correctly diagnosed. Purpose and Objectives for the Procurement: The purpose of this acquisition is to provide the NINDS EEG Section, under the Office of the Clinical Director, with professional consulting support services to assist in the analysis and interpretation of polysomnographic studies, as well as in providing technical expertise to assist intramural investigators with study design and outcome measures in the protocols investigating sleep or sleep disorders. Project Requirements: The Contractor shall provide the following professional consulting support services: •Analyze and assist in overseeing the analysis of sleep staging, heart rate, respiratory status (including oxygen saturation rate), limb movements, arousal and unusual behaviors. •Interpret sleep study clinical findings; make clinical correlation and treatment plan recommendations. •Serve as a sleep medicine technical expert to the NIH/NINDS staff on study design and outcome measures. •Prepare, deliver, and track records of final sleep study interpretation for studies performed at the NIH Clinical Center by the NIH/NINDS staff. Reports shall be completed in the template provided by the Government (see sample report, attachment A). The Program Office and Contractor may discuss updates to the template during the award period of performance. Reports will be submitted to a NIH secure shared drive as a PDF within ten (10) days after study completion. •Provide activity status reports and assessment updates as needed to the EEG Section Chief. This includes a periodic summary of number of studies completed and hours required for completion, as well as discussions of technologist performance and other technical, clinical or performance issues on an as-needed basis. Estimated Level of Effort: The level of effort is estimated at one (1) contractor employee for 60 labor hours per contract period. Three (3) options for increased quantity in the amount of 20 labor hours each may be exercised during each contract period as required. (Maximum of 120 labor hours per year). Key Personnel Requirements The Contractor employee working under this award shall be considered key personnel. Key Personnel requirements are as follows: •The Contractor employee must have a Doctor of Medicine (MD) degree from an accredited University. •The Contractor Employee must be board certified in Sleep Medicine and Neurology. •The Contractor employee must have a current license to practice to medicine. •The Contractor employee must have a minimum of ten (10) years clinical experience in sleep medicine, specifically in the analysis and interpretation of sleep study findings using polysomnography and multiple sleep latency testing, including adult and pediatric studies, as well as therapeutic titration of in titration of ventilatory support devices. •The Contractor employee must have recent experience in research protocol development and outcome measures related to sleep and sleep disorders as demonstrated by inclusion as a co-author on at least 3 sleep-related publications within the last five years. Anticipated Contract Type: A fixed price purchase order within the Simplified Acquisition threshold is anticipated. It is anticipated that the purchase order shall include options to extend the term of the contract as well as options for increased quantity. Anticipated Period of Performance: The period of performance for this requirement shall be one (1) one-year base period and four (4) one-year option periods as follows: Base Year April 16, 2016 through April 15, 2017 Option 1April 16, 2017 through April 15, 2018 Option 2 April 16, 2018 through April 15, 2019 Option 3 April 16, 2019 through April 15, 2020 Option 4 April 16, 2020 through April 15, 2021 Travel: Travel is not required or authorized for this requirement. No travel costs shall be accepted. Government Furnished Information/Property: The Government shall provide the contractor with facilities, equipment, and information necessary to perform the required tasks as well as mandatory annual on-line training per NIH Clinical Center requirements for badge and remote access privileges. Specifically, the Government will provide: •Workspace to the contractor when the contractor is on-site, •Laptop computer, •Grass-Telefactor polysomnographic system and its reading station •Nihon Kohden polysomnographic system and its reading station. •Data for analysis The Contractor shall secure and protect all Contractor-owned property and equipment brought into Government facilities during performance of work under this contract. The Government shall not be held liable for loss of or damage to Contractor-owned property or equipment brought into Government facilities. The Contractor shall remove any Contractor-owned property deemed inappropriate by the Government, for any reason, from the Government facility in which it is found. Capability Statement: Contractors that believe they possess the ability to provide the required consulting services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required professional sleep study consulting support, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price commercial items purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-106/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03987062-W 20160110/160109132931-5c03ff0b5efbd6965b51106af7126161 (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.