Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2024 SAM #8074
SOURCES SOUGHT

R -- NIDA CTN Dissemination Initiative

Notice Date
1/3/2024 12:22:17 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024R00039
 
Response Due
1/17/2024 11:00:00 AM
 
Archive Date
02/01/2024
 
Point of Contact
Tracy Cain, Phone: 3014436677, Josh Lazarus, Phone: 3018276923
 
E-Mail Address
tracy.cain@nih.gov, josh.lazarus@nih.gov
(tracy.cain@nih.gov, josh.lazarus@nih.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a Small Business 8(a) 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 8(a) small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned 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 an 8(a) small business under the applicable NAICS code should not submit a response to this notice. This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Background:� The National Institute on Drug Abuse's (NIDA) innovative research portfolio continues to generate new scientific findings that hold immense potential to inform and enhance prevention and treatment of substance use disorders.� Despite recent research advances, health care professionals from all medical fields including substance use disorder treatment providers experience obstacles adopting new scientifically-tested treatment strategies.� These obstacles and difficulties include a range of barriers such as organizational or funding constraints, inadequate service infrastructures, incomplete dissemination strategies, and/or administrative or staff resistance toward implementing new interventions.� To reduce the chasm between research and practice and to accelerate the dissemination of scientific findings, NIDA developed the Blending Research and Practice Initiative in 2001, which is now the Clinical Trials Network Dissemination Initiative (CTN DI).� This initiative has evolved into an innovative effort to translate research to practice and to incorporate input and feedback from multiple stakeholders to make the best evidence-based treatments available to those who need them.� This contract provides NIDA with the opportunity to disseminate new scientific findings in many ways, and to a variety of audiences.� During the past year, this Initiative contract supported symposia, workshops, and embedded sessions at national meetings.� The CTN Dissemination Initiative Contract also supports expert panels and provides educational opportunities via webcast. To broaden the reach of NIDA�s research, the Initiative Contract also supports multiple avenues for on-line learning for health professionals.� Purpose and Objectives: This contract will provide a high level of content expertise in substance use disorder treatment and adult learning.� It provides training, skills building, technical assistance, and support to disseminate NIDA's research findings to the spectrum of health care professionals working in the field of substance use disorder treatment.� Required activities in outreach and relationship management include communication with professional organizations and expert workgroups, coordination of program development and execution, implementation and follow-up technical assistance for research dissemination via meetings and other avenues. The Contractor will provide all necessary content and logistical support for the NIDA�s efforts in the CTN Dissemination Initiative. The full utilization of communication technology (online learning technology tools, webinars, internet, etc.) to broaden the reach of the Initiative�s outreach is an important objective.� The web-based/electronic conduct of meetings and other educational offerings, as well as the promotion and coordination of meetings and other educational offerings utilizing this approach is integral to this effort. Approaches to dissemination that utilize outreach and mentoring for early career healthcare professionals or explore the use of new technology and non-traditional training methodology may be developed under this Contract, as well as the establishment of durable training opportunities and tools such as the CTN DI products and materials.� These may be developed in collaboration with existing technology training and education media channels, including web-based training and education, interactive training software, and mHealth tools. The development of electronic point of care products for the dissemination of NIDA research to facilitate adoption of evidence-based practices in general medical settings are of particular interest. Project requirements: NIDA is seeking capability statements from qualified 8(a) vendors possessing the following capabilities. Information sent should be relevant and specific in the area under consideration, on each of the following qualifications/capabilities: Task 1.� Outreach to Professional Organizations and Policymakers The Contractor shall coordinate new and ongoing opportunities for relationship building and continuation with professional organizations and key policy makers.� In collaboration with the COR and other NIDA staff, identify professional organizations and thought leaders serving key audiences in medicine, nursing, psychology and other health professions and identify opportunities for reaching treatment provider audiences to promote the dissemination� of NIDA�s research and implementation of evidence-based practices.� The Contractor shall maintain awareness of current practices and policy directions in general healthcare and the field of SUDs and current key thought leaders who may support the dissemination of NIDA�s research and evidence based practices in the care of SUD patients. Task 2.� Mentor-Facilitated Training The Contractor shall coordinate training opportunities for early-career healthcare professionals working in key care settings.� These experiences will be facilitated in collaboration with professional healthcare related organizations and will afford the trainee the opportunity to conduct a mentored project focused on dissemination of substance use disorder treatment research and to present it at a scientific meeting.� These arrangements will provide each trainee/mentor pairing with a stipend and the collaborating professional organization will receive administrative support.� Task 3.� Research Dissemination Projects The Contractor shall maintain ongoing communications with the key staff members of professional organizations, professional organizational special interest groups in substance use disorder treatment, and directors of the State Substance Abuse Agencies to continually foster efforts to apply NIDA research findings into practice settings.� Specifically, this may entail conducting needs assessments related to gaps in linking research to practice; conducting meetings at national conferences on strategies to bridge this gap; and compiling findings and recommendations from these meetings for distribution to the leadership in the substance use disorder field. The Contractor shall also coordinate joint, science to services efforts with constituents and stakeholders to disseminate NIDA�s research.� Funds for these joint activities may be used to provide logistical support for workshops, including such activities as program and materials development, curriculum development, coordination, report generation, printing costs, mailing, and dissemination, meeting room rental, travel, per diem, honoraria for participants.� These funds may also support other joint collaborations such as special analyses, early-career scholarships, internships, skills building, satellite broadcasts, publications, brochures, and other communication and dissemination related tasks.� The development of electronic point of care products for the dissemination of NIDA research to facilitate adoption of evidence-based practices in general medical settings and innovative communication approaches such as podcasts are of particular interest. Task 4.� Research Dissemination and Product Development Meetings The Contractor shall, in collaboration with the COR, identify opportunities, plan, organize, and arrange meetings in various formats designed to address challenges, barriers and opportunities that influence effective dissemination of substance use disorder (SUD) research conducted by NIDA to the SUD treatment field.� The Contractor will conduct various planning and ""research to practice"" meetings.� Technical assistance tasks will be conducted to facilitate communication and dissemination of NIDA research findings to multiple constituent groups. In addition, the Contractor shall provide subject matter expertise to inform and oversee the development of products that could facilitate the integration of substance use disorder treatment in general medical settings.� The Contractor shall provide logistical and operational support for meetings and activities, including contacting participants and subject matter experts, sending confirmation of participants and experts, contracting with hotels for meeting space and/or guest accommodations at the Government rate, coordinating audiovisual requirements, agenda preparation (with input from NIDA staff), preparation and distribution of meeting materials, drafting detailed meeting minutes and summaries, and coordinating product development processes.� The Contractor shall develop and mail meeting invitations, meeting logistical letters and attendance confirmation requests at least fifteen (15) working days before the meeting.� The contractor shall support travel, lodging, and per diem expenses when required.� The Contractor shall develop and maintain a system to manage and track meeting invitations, registrations, and attendees (i.e. meeting database, registration website, etc.).� The Contractor shall develop a process for soliciting, tracking, and overseeing feedback and content development or other output from expert panel members and organizations for the development of CTN DI products and materials. 1.����������� Regional Meeting/Pre-Conference Meeting The Contractor should have the capacity to provide logistical assistance and staffing to support Regional Meetings/Pre-Conference Meetings that may be scheduled in conjunction with national conferences.� A Pre-Conference Meeting (1 day long) focusing on topics relevant to the dissemination of NIDA�s research findings could be conducted during the course of the contract.� There will be approximately 150 attendees at such a meeting.� Such meetings will be requested and confirmed by the COR and are expected to be co-located (city and conference facilities) with their partnering national conferences.� The Contractor will arrange CME credit for meeting attendees.� The Contractor shall provide travel support, lodging, and per diem expenses for sponsored non-Federal participants (approximately 6 individuals) as well as necessary contractor staff at each session.� Pre-paid airline tickets and pre-paid hotel rooms shall be provided whenever possible.� 2.����������� Expert Panel Meetings The Contractor shall provide logistical assistance and staffing to support Expert Panel Meetings dealing with particular topics relevant to the dissemination of NIDA�s research findings and/or the development of products to facilitate the integration of SUD treatment in general medical settings.� Approximately three meetings (1�-day each) may be held each year of the contract.� The meetings will be called by the COR and are expected to be held in the Washington, D.C. area in Federal facilities.� There could be approximately 30 participants at each meeting.� The Contractor shall provide honoraria (up to $250 per day), travel support, lodging, and per diem expenses for all sponsored non-Federal participants (approximately 10 individuals per meeting).� Pre-paid airline tickets and pre-paid hotel rooms shall be provided whenever possible. 3.����������� Dissemination Workshops and Symposia The Contractor shall provide logistical assistance to support Workshops and Symposia to be offered within national conference schedules.� Approximately five Workshops or Symposia (�-day each) focusing on topics relevant to the dissemination of NIDA�s research findings may be conducted in each year of the contract.� These meetings will be confirmed by the COR and are expected to be co-located (city and conference facilities) with their partnering national conferences.� There will be approximately 60-100 participants at each meeting.� The Contractor shall provide travel support, lodging, and per diem expenses for approximately 3-6 sponsored non-Federal participants per session.� Pre-paid airline tickets and pre-paid hotel rooms shall be provided whenever possible. 4.����������� Outreach & Display Booth The Contractor shall provide the necessary assistance to support outreach to healthcare-related professional organizations.� This may include display of and staffing of a booth at annual meetings.� Approximately three meetings (two-days each) may be attended each year of the contract.� These meetings will be confirmed by the COR and are expected to be co-located (city and conference facilities) with their partnering national meetings.� Contractor staff will meet with leadership of each meeting�s professional organization to discuss opportunities for outreach to their membership and developing future collaborations.�� Task 5.� Consultants Identify and engage expert, scientific consultant services.� Consultants with special expertise in dissemination, medical education and training, substance use disorders or fields related to the development of products, materials, or programs are needed to support this project periodically or on an ongoing basis.� At the request of the COR, the Contractor will make arrangements for ad hoc and ongoing consultants.� The COR will identify experts to meet with NIDA staff and/or grantees periodically on an as required basis.� Consultants may be asked to attend meetings in support of the program.� The Contractor will contact the consultants and make travel arrangements for each visit.� The Contractor shall provide per diem and honoraria (up to $250/day) for each consultant visit and/or pre-specify arrangements for their compensation.� Whenever possible, the Contractor will provide prepaid airline tickets and hotel rooms.� Anticipated period of performance: It is anticipated that this requirement shall have a base period of 12 months, with �up to four 12-month option periods. Other important considerations: Capability statements must include confirmation of current eligibility to receive contract awards under the 8(a) program. Capability statement /information sought. Small business concerns that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Small businesses must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested small businesses are required to identify their type of business, applicable North American Industry Classification System (NAICS) 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. The respondent must also provide their UEI number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Tracy Cain, Contracting Officer, at e-mail address tracy.cain@nih.gov. The response must be received on or before January 17, 2023, 2:00 PM Eastern Time. 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. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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 in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92d4cd1452bd4c03a697b2a453af4259/view)
 
Record
SN06926146-F 20240105/240103230046 (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.