SOLICITATION NOTICE
R -- Sleep Study Scoring and Interpretation Consulting Support Services - Report Template - Additional Applicable Clauses
- Notice Date
- 2/8/2016
- Notice Type
- Combined Synopsis/Solicitation
- 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-CSS-16-153
- Archive Date
- 3/5/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Additional Applicable Information Security Clauses Template for Required Reports Sleep Study Scoring and Interpretation Consulting Support Services Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-153 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-16-153 and the solicitation is issued as a request for proposal (RFP). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541690 with a Size Standard of $14 Million. SET-ASIDE STATUS This acquisition is 100% set aside for small businesses. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and IS NOT expected to exceed the simplified acquisition threshold ($150,000.00). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86-2, dated February 1, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT 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 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. 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 at the discretion of the Government as required. (Maximum of 120 labor hours per year). Offerors shall propose an hourly labor rate and also provide an extended price for the minimum 60 labor hours, and do the same for the three 20-hour options for increased quantity. Offerors shall propose in this format for each contract period. 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. The proposed Key Personnel will become subject to the provisions of Health and Human Services Acquisition Regulation (HHSAR) Clause HHSAR 352.237-75 KEY PERSONNEL, (December 18, 2015): The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract (including, when applicable, Human Subjects Testing requirements). If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties. Travel: Travel is not required or authorized for this requirement. No travel costs shall be accepted. The Contractor must be capable of working on site at the place of performance as needed. Collaboration: It is required that all contractors involved with the NINDS community work collaboratively with federal staff and other contractors towards the NINDS mission and other affected organizations and follow the direction of the Contracting Officer's Representative (COR), and/or the designated Federal Project Manager(s)/Lead(s). This collaboration includes day-to-day activities, support, development, knowledge transfer and creating and sharing documentation when required. 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. Confidential Treatment of Sensitive Information The Government has determined that the information/data that the Contractor will be provided during the performance of the contract is of a sensitive nature. The Contractor shall abide by the Privacy Act of 1974 (5 U.S.C. § 552a) and protect sensitive data which includes patient medical records, contract information, financial and budget records and IP addresses. Disclosure/download of information/data, in whole or in part, by the Contractor may only be made after the Contractor receives written approval from the Contracting Officer. Data shall not be downloaded to or stored on portable devices or outside systems without Government encryption. Whenever the Contractor is uncertain with regard to the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. Data Rights The NINDS shall have unlimited rights to and ownership of all deliverables provided under this procurement including reports, analyses, recommendations, briefings, work plans, created SOPs and all other deliverables. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General," is hereby incorporated by reference and shall be made a part of any resulting contract/order. Security Requirements: The Contractor must obtain approved access to the NIH campus and clinical research database and folder on the intramural NINDS server. The Contractor will utilize Government e-mail and computer systems. The Contractor will undergo a background check by the NIH Division of Personnel Security and Access (DPSAC) and upon successful completion be issued a Health and Human Services (HHS) Identification Badge. Please also see the attached Applicable Information Security Clauses. 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 Period 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 Place of Performance: The place of performance shall be the NIH Main Campus, EEG Reading Room 7-3753 in the Neurodiagnostic Testing Area of the NIH Clinical Research Center, Building 10, 10 Center Drive, Bethesda, MD 20892-0001; and also via remote connection to the NIH Network and scientific data warehouses. It is expected that the Contractor will perform efforts at this address/ place of performance for use of Government-provided equipment and also for meetings as requested. Contract Type A fixed price purchase order within the Simplified Acquisition threshold is anticipated. The order shall include options to extend the term of the contract as well as options for increased quantity. Question and Answer Period Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before 02/10/2016 at 5:00 PM EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit 1) a technical proposal with Resume/CV of proposed key personnel and 2) a separate price proposal. The technical proposal should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to twenty-five single-sided pages, inclusive of the resume/CV. The price proposal must include the requirements listed above as well as associated pricing. The price proposal must include a fixed price for the annual 60 hour levels of effort, including the associated labor rate, as well as fixed prices for the annual options for increased quantity. The price proposal must quote fixed prices for all contract periods. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH OF THE TECHNICAL EVALUATION CRITERION AND THE EVALUATION FOCUS THAT IS INDICATED FOR EACH CRITERION. PROPOSALS MUST INCLUDE BOTH A TECHNICAL DOCUMENT AND A SEPARATE PRICE PROPOSAL. CONTRACTORS NOT SUBMITTING BOTH A TECHINICAL PROPOSAL ADDRESSING THE EVALUATION CRITERIA AND A SEPARATE PRICE PROPOSAL SHALL NOT BE CONSIDERED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1)Factor 1: Technical Capability (50 Points) Offeror proposals shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the statement of work and compliance with requirements. The Offeror shall provide evidence of their capabilities in relation to technical analysis and clinical interpretation of sleep studies, treatment of sleep disorders, and ability to provide technical expertise regarding study design and outcome measures for research using sleep studies. The Offeror shall address its plan to prepare, submit, and track reports in accordance with the statement of work requirements. 2)Factor 2: Key Personnel Qualifications (MANDATORY PASS/FAIL FACTOR 25 Points/0 Points) Offeror proposals must contain a resume/CV. The resume/CV must indicate conformance to all key personnel qualifications listed in this solicitation. Offeror proposals meeting this requirement shall receive 25 points for this evaluation factor. Offeror proposals not indicating conformance to ALL key personnel qualifications listed in this solicitation shall receive 0 points for this factor. 3) Factor 3: Past Performance (25 Points) The Contractor shall provide a list of three (3) past performance references with knowledge of the contractor's relevant skills and experience related to the requirements outlined in this Statement of Work during the past five (5) years. Experience must be specific to assessing and interpreting sleep studies or research related to sleep and sleep disorders and shall include the following information for each reference listed: a.Name of Organization b.Contract Type c.Total Contract Value d.Description of Contractor's responsibilities as they relate to this SOW e.Contract Period of Performance f.Contact Name and Title g.Relationship to Contractor h.Telephone Number i.E-mail address Past Performance shall be evaluated for relevance to the current requirement. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 6.HHSAR Clause 352.224-70, Privacy Act (January 2006) applies to this requirement. 7.HHSAR 352.237-75 Key Personnel (December 2015) applies to this requirement. 8.The clauses included in the attached Additional Information Security Clauses apply to this acquisition. 9.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." CONTRACTOR PERFORMANCE EVALUATION Final Evaluation of Contractor performance will be prepared for the resulting contract in accordance with FAR Subpart 42.15. The final performance evaluation will be prepared at the time of completion of work. Final evaluation will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluation, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov CONTRACTING OFFICER'S REPRESENTATIVE A Contracting Officer's Representative (COR) shall be assigned to this requirement at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this purchase order; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this purchase order. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this purchase order; (5) otherwise change any terms and conditions of this purchase order; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in the purchase order. The Government may unilaterally change the COR designation for this purchase order. CLOSING INFORMATION Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-16-153. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-16-153/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04013993-W 20160210/160208235111-9a6ffbf4f6f9a443fd230fd943fc8db7 (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 |