Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOURCES SOUGHT

A -- Systematic Review of Neonatal Medicine

Notice Date
2/10/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NIH-NICHD-PPB-SBSS-2016-17
 
Point of Contact
Gilberto A. Perez Rosa, Phone: 3014519698, Adelola St John, Phone: 3014356955
 
E-Mail Address
gilberto.perez-rosa@nih.gov, 202p@nih.gov
(gilberto.perez-rosa@nih.gov, 202p@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Background: The Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) Pregnancy and Perinatology Branch (PPB) seek capability statements from interested and qualified potential sources for the NICHD Systematic Review of Neonatal Medicine. Individual researchers who conduct clinical trials to evaluate the benefits of new drugs, diagnostic tests, specific therapies, or surgical interventions, etc., publish their results in peer-reviewed journals (e.g., in the New England Journal of Medicine, or JAMA, etc.). When many research groups conduct research on specific interventions, their findings may or may not be the same as those of previously published research. This can lead to difficulties for choosing appropriate therapy for the practitioner. As an example: if 4 studies testing the effect of an antibiotic for sore throat conclude that the drug was not effective, 2 others concluding that was extremely effect, and 5 others studies find drug can actually worsened the disease, the clinicians cannot determine whether to use the drug or not. Thus, such contradictory outcomes need to be resolved to clarify the direction of the "collective evidence" for doctors to offer most appropriate therapy to their patients. The electronic manuscript with summary evidence is made available on the National Institute of Child Health and Human Development (NICHD) website to helpmpediatricians across United States to access it freely, guiding their practice. The purpose of posting the systematic reviews on the federal webpage will allow students, medical, surgical, and nursing practitioners across the United States to have a FREE access to the valuable reviews, which otherwise will need to be paid for. By supporting neonatal systematic reviews and making them available free of cost to the general public is a unique accomplishment for NICHD, since this is helping to bridge much needed gap for themedical community. Requirements: To be deemed capable of performing this requirement, the offeror must submit a written capability statement that clearly demonstrates their experience and ability to provide the following capabilities: 1) Utilize a well-defined group of content experts from the field of neonatology, perinatology, pediatrics, or related medical fields relevant to the topic of the review, along with expertise to conduct high quality systematic reviews in the field of neonatal medicine. 2) Establish a process of conducting such reviews on a continuous basis with the specifications noted below. a) Provide at least 10 new and 15 revised updates each year related to any or all of the following: i) Therapeutic intervention reviews ii) Diagnostic test accuracy reviews iii) Methodology reviews iv) Overview of reviews b) Provide the reviews in four installments at about 3 month intervals each year. c) Conduct the reviews using standard procedures for searching the published literature. Assessing the quality of published trials, summarize the trial findings, and for summarizing the available evidence using standard statistical methods. It is appropriate to use any of the published and most frequently used standards in developing a review protocol. d) Provide a detailed description of the methods to be used in generating the systematic reviews. If standard, published criteria are to be used, include them in the appendix, and cite them in the bibliography. e) Conduct the reviews based on professional standards for systematic reviews and meta-analyses. Describe the method/guidelines/principles to be used in the narrative. f) The reviews should assess all available evidence from the existing neonatal therapeutic interventions published/unpublished/or from other sources, as found fit. Responses: Capability statements in response to this announcement should be no longer than 15 pages inclusive of all material. Responses will be evaluated on the basis of experience, expertise, and capabilities in the areas cited above. The anticipated contract type will be a cost reimbursement contract with a base year of one year and five option years. The RFP is anticipated to be posted on or about March 10, 2016 on FedBizOpps (FBO) website: http://www.fedbizopps.gov. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the 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 a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDIENTIALITY : No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Businesses that believe they possess the capabilities necessary to undertake this project should submit electronic copies in addition to two (2) hard copies of their capability statement, addressing the areas above. Please limit responses to fifteen (15) pages or less. Any proprietary information should be so marked. Written capability statements should be received by the Contracting Officer by no later than 2:00 PM Eastern Time on February 25, 2016. Capability statements must identify the business status of the organization (i.e. educational institution, nonprofit, large business, small business, 8 (a), or other corporate or non-corporate entity). Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development effort;(2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as principal investigator and/or project officer: (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration, and a statement regarding industrial security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Information in the anticipated RFP supersedes any information in this pre-solicitation announcement. Inquiries should be directed to: Adelola St John, Contracting Officer, DHHS/NIH, National Institute of Child Health and Human Development, 6100 Executive Boulevard, Suite 7A07, MSC 7510, Bethesda MD 20892-7510, Rockville, MD 20852 (for overnight/express/courier service), telephone: 301-435-6955, email: kelluml@mail.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NICHD-PPB-SBSS-2016-17/listing.html)
 
Place of Performance
Address: To be determined., United States
 
Record
SN04016663-W 20160212/160210234819-c0c456b69a963ba27bd2163236f70bd0 (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.