Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SOLICITATION NOTICE

A -- The Sister Study: Environmental and Genetic Risk Factors for Breast Cancer - Presolicitation Draft SOW

Notice Date
11/17/2017
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
 
ZIP Code
27713
 
Solicitation Number
NIHES201800001
 
Archive Date
12/31/2017
 
Point of Contact
Jennifer Smith, Phone: 984-287-3059, Kristina K. Filardo,
 
E-Mail Address
smithj3@niehs.nih.gov, filardok@niehs.nih.gov
(smithj3@niehs.nih.gov, filardok@niehs.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft SOW for Sister Study This pre-solicitation notice follows a Sources Sought notice that was released on September 13, 2017 under notice number NIHES-SisterStudy2018. The National Institute of Environmental Health Sciences (NIEHS) intends to negotiate and award a contract to provide support to the Epidemiology Branch, Division of Intramural Research, National Institute of Environmental Health Sciences, National Institutes of Health, Department of Health and Human Services (EB, DIR, NIEHS, NIH, DHHS). This contract shall provide support services to continue an on-going epidemiological study of environmental and genetic risk factors for breast cancer. The contract is intended to provide the support needed to manage and maintain a cohort of more than 50,000 women, most of whom were enrolled between 2003-2009, from throughout the United States and the territory of Puerto Rico, who were between the ages of 35 and 74 at enrollment, and had a sister who had breast cancer. Also included in the cohort follow-up are ~1300 participants in a smaller ancillary study of the sisters with breast cancer. Beginning in 2003, prospective data, including biological and environmental specimens, have been collected to address a wide range of research questions related to women's health. The Contractor must work successfully with diverse and challenging populations, including working with community groups and using best practices for collecting information from and sharing research results with community groups and study participants. The Contractor must use best practices for recruiting and maintaining high retention rates with diverse populations in long-term studies. The Contractor will support the Government by administering, managing, and providing operational support in the conduct of the epidemiological research study designed and supervised by the NIH Principal Investigator (PI) alone or in collaboration with other scientists inside or outside of the NIH, and shall carry out directed analyses of data and biological and environmental samples for ultimate publication by NIH investigators in scientific journals. Contractor activities shall include the following areas: maintaining high response and retention rates over follow-up years, collecting, handling, analysis, and tracking of environmental and human biological samples; conducting annual updates of contact information, health and vital status or cause of death; collecting detailed follow-up data triennially; acquiring medical records or physician verification and pathological details to complement questionnaire data; abstracting, keying, editing, updating and recording data; creating the framework with which to address environmental hypotheses through linkage with geographically-based data systems; assuring the quality, integrity and security of data and samples, facilitating data analysis and collaborative studies, and providing statistical analysis support. PROJECT REQUIREMENTS: A copy of the DRAFT Statement of Work (SOW) is attached to this notice for review. The draft SOW describes the core activities and requirements of the prospective contract, and should be used for informational purposes only. Information in the anticipated RFP supersedes any information in this pre-solicitation announcement. OTHER IMPORTANT CONSIDERATIONS: Contract Type and Contractor's Accounting System It is anticipated that the resultant contract will be a single award ID/IQ contract with cost reimbursement Task Orders. The anticipated ordering period for the ID/IQ will be 10 years. The expected award date will be August 23, 2018. To be considered for an award under the resultant solicitation, the offeror's accounting system and practices must be adequate and suitable for accumulating costs under government contracts. Offerors will be required to provide evidence of the accounting system being adequate and the proposal shall include a certification that the offeror's accounting system meets all of the specifications outlined in the solicitation for an adequate accounting system, in accordance with FAR 16.301-3, 16.403-1, and in compliance with FAR Part 31. Section 508 Conformance Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for this contract. In order to conform to the Section 508 Electronic and Information Technology Accessibility Standards, the contractor shall perform all work required under the resultant contract in compliance with the provisions delineated in the Code of Federal Regulations (CFR) Title 36 (36 CFR Part 1194). All respondents to any solicitation will be required to submit an HHS Section 508 Evaluation Template (VPAT) which can found at https://www.hhs.gov/web/section-508/contracting/technology-products/product-accessiblity-template/index.html. Solicitation Details The Request for Proposal (RFP) is anticipated to be available in early December 2017 and proposals will be due approximately 45 days after the solicitation release date. The RFP will only be available electronically and must be accessed through the FedBizOpps website (www.fbo.gov). All information required for submission of a proposal will be contained in the electronic RFP package. It is the offeror's responsibility to monitor the above website for the release of this RFP and any amendments. The solicitation is anticipated to result in one (1) award to an offeror capable of performing all aspects of the work described in the SOW. The proposed contract will be competed as a small business set aside. The North American Industry Classification System (NAICS) code for this procurement is 541715 with a corresponding size standard of 1,000 employees. The Government intends to make an award using the procedures for competitive negotiated acquisitions as authorized in FAR Part 15. This notice is not an RFP and does not commit the Government to award a contract. Submit all questions in writing, via email to: smithj3@niehs.nih.gov. Telephone inquiries will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES201800001/listing.html)
 
Record
SN04744140-W 20171119/171117231144-e66e84c50501c2efbda10a1012324576 (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.