Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2017 FBO #5587
SOURCES SOUGHT

R -- Spanish-Speaking Neuropsychology Consulting Support Services

Notice Date
3/9/2017
 
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-17-252
 
Archive Date
4/1/2017
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
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-17-252 Spanish-Speaking Neuropsychology 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 Intramural Program conducts clinical trials in epilepsy, dementia, movement disorders and neuroinflammation that require understanding the effects of the disorders and treatments on the neuropsychological capacities of patients in these studies. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure Spanish-speaking neuropsychology consulting support services for diagnosis and management support of patients referred to the NINDS for neurological consultation as well as for provision of research testing support as part of clinical protocols. Project Requirements: The Contractor shall provide the following Spanish-speaking neuropsychology consulting support services: •Perform neuropsychological testing of adults and children in Spanish under the direction of Government staff. Testing shall include standard and customized tests of intelligence, personality, memory and learning for the diagnosis and treatment of adults and children in support of the NINDS intramural research program. •Development of new protocol-specific tests related to the specific protocol(s) under study and the individual being tested. Customized testing may include computerized batteries designed to address specific patient abilities, such as reaction time testing, smell testing, or speech measures. The Contractor will utilize knowledge of a broad range of Spanish neuropsychological testing and current literature to advise Government staff on appropriate testing options for achieving the protocol goals. •Conduct analysis and interpretation of test results consistent with best practices in the field of neuropsychology. •Prepare written reports and file with the referring physician and in the patient's electronic medical record. Reports shall include deliverables documenting all neuropsychological and psychological tests administered, individual performance on the tests as compared with normative data, interpretation of the data based on best practices in the neuropsychology field, and numerical test data for individual patients. •Assist in collation of research results for publication according to the timeline requested by the Government staff. •Assist in the performance of intraoperative neuropsychological testing and intracarotid amytal (Wada) procedures under the direction of Government staff. The actual medical procedures shall be performed by physicians however the neuropsychology consultant shall provide materials and assess language and memory during the procedures. •The contractor employee shall provide all necessary supplies for the various types of testing identified in this statement of work. Supplies shall include tests, scoring manuals, test records, and response forms. Level of Effort: The estimated level of effort is one (1) contractor employee for 100 labor hours during the base period of performance of this purchase order. 100 labor hours of support are estimated to be required during each option. Key Personnel Requirements: The Contractor employee working under this award shall be considered key personnel. Key Personnel requirements are as follows: •Must be fluent in Spanish •Must be a licensed Clinical Neuropsychologist and able to meet requirements for credentialing as adjunct medical staff at the NIH Clinical Center (per NIH Clinical Center Medical Administrative Policy M90-5). •Must have at least 10 years of experience with intraoperative neuropsychological testing andintracarotid amytal testing in patients with epilepsy and other neurological disorders. Travel: The contractor employee working under this contract will be required to attend at least one in-person meeting at the NIH to discuss BPN project issues. Under this and other circumstances as needed, the consultant will be required to travel within the continuous United States to provide the services described in this statement of work. Travel reimbursement will be provided for such required travel. All travel arrangements must be made in accordance with Federal Travel Regulations and must be approved by the Contracting Officer's Representative prior to being finalized or invoiced. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance: The period of performance for this requirement shall be as follows: Base: June 1, 2017 through May 31, 2018 Option 1: June 1, 2018 through May 31, 2019 Option 2: June 1, 2019 through May 31, 2020 Option 3: June 1, 2020 through May 31, 2021 Option 4: June 1, 2021 through May 31, 2022 Place of Performance: The place of performance shall be the NIH Clinical Center located at 10 Center Drive, Room 6-5700, Bethesda, Maryland, 20892. The contractor is required to work on-site. 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 services, 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-17-252/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04429694-W 20170311/170309234616-bf41dfcf27750ab443500f22fbf3a725 (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.