Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOLICITATION NOTICE

R -- Professional Services in Support of a Federated COVID-Rich ICU Database

Notice Date
9/11/2020 9:35:54 AM
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NLM BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N97020Q00062
 
Response Due
9/17/2020 7:00:00 AM
 
Archive Date
10/02/2020
 
Point of Contact
LaDonna Stewart, Phone: 301-827-7681
 
E-Mail Address
ladonna.stewart@nih.gov
(ladonna.stewart@nih.gov)
 
Description
This is a notice of intent, not a request for quotations. A solicitation document will not be issued and quotations are not being requested. In accordance with FAR 13.106-1(b)(1)(i) an urgent need exists for the National Institutes of Health (NIH), National Library of Medicine to� award a contract to�the Massachusetts Institute of Technology (MIT) to standardize intensive care unit (ICU) variables that are important to the care of COVID-19 patients in a way that would fit the ICU content of all of participating institutions in the COVID-19-MIMIC project. The Medical Information Mart for Intensive Care (MIMIC-IV) is a freely accessible critical care database of over 40,000 patients who stayed in critical care units of Beth Israel Deaconess Medical Center in Boston. It is developed and supported by the Massachusetts Institute of Technology (MIT). MIMIC contains de-identified patient-level data and is widely used for research, quality improvement, and education. The database contains a wealth of health information, including laboratory tests, vital signs, medications, procedure codes, imaging reports, fluid balance, etc.� In recent years, MIMIC has acquired a greater variety of ICU variables including those related to emerging technology such as membrane oxygenators and implanted cardiac assist devices. The COVID pandemic has infected millions of people and caused over 160,000 deaths in the United States. It is essential that data about COVID patients be shared in a standardized form that researchers can analyze from around the world in a speedy manner. Consequently, it is necessary to identify organizations that are already doing similar work and that have publicly available standardized data bases that can incorporate COVID data. The widely used MIT public MIMIC database provides the infrastructure for incorporating COVID data. The MIMIC-III database that provides critical care data for over 53,000 admissions to intensive care units at the Beth Israel Deaconess Medical Center (BIDMC). The de-identified MIMIC-III database has been integral in driving impressive amounts of research in clinical informatics, epidemiology, and machine learning. Despite these advances, access to medical data to improve patient care remains a significant challenge. While the reasons for limited sharing of medical data are multifaceted, concerns around patient privacy are highlighted as one of the most significant issues. Although patient studies have shown almost uniform agreement that de-identified medical data should be used to improve medical practice, domain experts continue to debate the optimal mechanisms of doing so, and remain reluctant to release data. Uniquely, the MIMIC-III database adopted a permissive but controlled access scheme which allowed for broad reuse of the data. This mechanism has been successful in the wide use of MIMIC data bases for more than a decade. It is both efficient and practical to use the same mechanism to distribute the proposed federated NM-BIDMC COVID-rich ICU database. There is clearly a need for an archive of current high resolution ICU data from multiple institutions that is widely accessible to the world-wide research community to support observational research about different approaches to medical, nursing, nutritional, ventilation and the use of other procedures and provide information about the effect of these interventions as measured by laboratory tests, physiologic measurements, etc. To meet this need, fully de-identified ICU data from a minimum of two hospitals would be combined into one database. Additional goals would be to produce rich definitions and guidance about which term to use for which circumstances, and to encourage participating ICUs and, hopefully, all ICUs to use the same codes. Ultimately, this effort could make standardized ICU data more accessible to NIH researchers. � Northwestern Memorial HealthCare (NMHC) and Beth Israel Deaconess Medical Center (BIDMC) have indicated interest in doing the work and have the capacity. They estimate that there will be approximately a total of 14,000 ICU admissions from the two hospital during all of 2020, with 1,400 COVID patients depending on future surges in the Boston and Chicago communities. NMHC data can be imported into the existing MIMIC data model that has been widely used in critical care studies worldwide for a decade, with more than 18,000 credentialed users. These established working relationships will expedite completion of the work. The de-identified and standardized database will be made freely available to credentialed investigators via Physionet in a manner similar to the widely used MIMIC databases. Physionet is a proven enabler and accelerator of innovative biomedical research through its unique role in providing data and other resources that otherwise would be inaccessible. While most of the databases archived on Physionet are freely available to investigators worldwide, a number of the clinical databases, including the proposed federated COVID-rich database, require very tight and special access, control, credentialing and data use agreements. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items in combination with simplified acquisition procedures contained in FAR Part 13 including� Subpart 13.5, �Simplified Procedures for Certain Commercial Items� in accordance with 41 U.S.C. 1903. �This notice incorporates provision and clauses in effect in the Federal Acquisition Circular 2020-09 effective August 27, 2020, including all FAR Circulars issued as of the date of this synopsis. NLM anticipates that an award will be made on or about September 18, 2020. � The North American Industry Classification System Code (NAICS) for this requirement is 541990 (All Other Professional, Scientific and Technical Services) and the small business size standard is $16.5 million. This is a non-severable requirement. The base period of performance for this service is anticipated to be approximately twelve (12) months from September 18, 2020-September 17, 2021. This is not a solicitation for competitive quotations. An RFQ is not available nor are quotes being requested; however, if an interested party believes that it can meet the requirements, for the same or similar products or services as described in this notice they may submit a statement outlining their capabilities. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. Any capability statement sent in response to this notice should include the following: a. Company DUNS. b. Company Name, address, POC, Phone and Email address c. Type of Company (i.e., small business, 8(a), woman owned, HUBZone, veteran owned, etc.) as validated in System for Award Management (SAM). All offerors must register on the SAM located at www.sam.gov. Questions or comments regarding this announcement may be submitted by email to LaDonna Stewart, Contracting Officer, NLM at LaDonna.Stewart@nih.gov prior to the closing date specified in this announcement. No faxes or collect calls will be accepted.� Please be sure to note the solicitation number in the subject line of your email. �Any response if timely received by an eligible offeror, shall be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. The following clauses and provisions cited herein are incorporated by reference into this announcement and will apply to any order resulting from this notice: FAR 52.212-1, Instructions to Offerors-Commercial Item; FAR 52.212-2; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (June 2020). FAR 52.212-4, Contract Terms and Conditions-Commercial Items -With Addenda [Stop Work Order, FAR 52.242-15; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.217-8 Option to Extend Services. The inclusion of options does not commit the Government to exercise the options. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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. Confidentiality: 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6213ec71398648228d110730e3e9fb74/view)
 
Record
SN05794728-F 20200913/200911230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.