SOURCES SOUGHT
R -- Cardiology Consulting Support Services for the NIA
- Notice Date
- 9/23/2016
- 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-17-001
- Archive Date
- 10/15/2016
- 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
- Request for Information/Sources Sought HHS-NIH-NIDA-SSSA-SBSS-17-001 Cardiology 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 on Aging (NIA) Intramural Research Program (IRP) program operates the Baltimore Longitudinal Study of Aging (BLSA), America's longest-running scientific study of human aging which began in 1958. The focus of the study is to characterize how an individual ages across the adult life span and individuals have been continually recruited for participation since its initiation. The study measures and interprets data in a number of health subjects, including cardiovascular health. Purpose and Objectives for the Procurement: The purpose of this requirement is to acquire the consulting support services of an expert in clinical cardiovascular research to assist with coding, interpretation, and quality control of scientific data on cardiovascular diseases generated by the clinical research program of the NIA for the BLSA. Project Requirements: The contractor shall provide the following cardiovascular consulting support services: •Provide coding, interpretation, data management, and quality control of resting electrocardiograms using the BLSA-modified Minnesota Coding System. Data and results shall be recorded using the NIA electronic reporting system. •Provide coding, interpretation, data management, and quality control of echocardiographs. Data and results shall be recorded in the Intellispace Cardiovascular reporting system owned and used by the NIA. •Provide coding, interpretation, data management, and quality control of carotid artery intimal medial thickness measurements. •Provide coding, interpretation, data management, and quality control of Pulse Wave Velocity measurements •Provide coding, interpretation, data management, and quality control of treadmill stress testing results using the BLSA-modified Minnesota coding system for ischemia, arrhythmia, and relevant electrocardiographic abnormalities using the NIA electronic reporting system. •Provide coding, interpretation, data management, and quality control for ambulatory Holter reports and ensure that data is efficiently imported into the BLSA study database. •Assist in oversight of the management and function of the NIA electronic cardiovascular test reporting system in cooperation with the NIA Information Technology department. •Provide weekly written progress reports to the Contracting Officer's Representative which describe all work completed during the specified period and present all work to be accomplished during the subsequent period. Reports shall identify any difficulties that arose in the performance of the required tasks during the specified period as well as how difficulties were resolved. Should any difficulties not have been resolved, the report shall provide an explanation and plans for full resolution. Level of Effort: The NIH estimates that the level of effort for this requirement shall be one (1) contractor employee on a part-time basis for up to 1,250 hours per contract period of performance. The contractor employee shall be considered key personnel. Key Personnel Requirements: The contractor employee providing service shall be considered key personnel. The contractor employee must meet the follow key personnel requirements: •Must be a licensed medical doctor with at least five (5) years of experience in cardiovascular research efforts. •Must have at least five (5) years of experience in the preparation of longitudinal research study data into SAS databases suitable for analysis by mixed model based approaches. •Must hold malpractice insurance which provides coverage through the base period of performance. Documentation of malpractice insurance coverage shall be required for all optional periods of performance, if exercised, as well. 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 as follows: 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. 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. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance: The period of performance shall be a one year base period from October 28, 2016 through October 27, 2017. Place of Performance: The contractor shall provide services at the following Government sites, as well as the contractor's site: 3001 S. Hanover Street Baltimore, MD 21225, and; 251 Bayview Boulevard, Suite 100 Baltimore, MD 21224 Capability Statement: Contractors that believe they possess the ability to provide the required 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 equipment, 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 to Lauren Phelps, Contract Specialist, via email 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 purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-17-001/listing.html)
- Record
- SN04285596-W 20160925/160923234541-7557f4f2fee6ce4b93cdd1b529e23be3 (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 |