Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2025 SAM #8665
SOLICITATION NOTICE

U -- I-Corps Program at the National Cancer Institute

Notice Date
8/15/2025 10:50:32 AM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NIH NCI Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N91025Q00052
 
Response Due
9/1/2025 11:00:00 AM
 
Archive Date
09/16/2025
 
Point of Contact
Michelle Nguyen
 
E-Mail Address
michelle.nguyen2@nih.gov
(michelle.nguyen2@nih.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
It is anticipated that this sole source acquisition will be conducted under the authority of 41 United States Code (U.S.C.) 253(c)(1) as set forth in Federal Acquisition Regulation (FAR) 6.302- 1(b)(1)(i). It is anticipated that this acquisition will be processed in accordance with procedures as stated in FAR Part 15 Contracting by Negotiation via request for written proposal. The North American Industry Classification System code is 541611 and the business size standard is $24.5M. There is no solicitation at this time. When the solicitation is issued, it is anticipated that only one (1) award will be made and awarded as a firm fixed price type Contract. The Period of Performance is estimated to one (1) 12-month base period, plus two (2) 12-month option periods. BACKGROUND The National Cancer Institute (NCI)�s Small Business Innovation Research (SBIR) Development Center�s core objectives are to help investigators translate scientific discoveries into impactful healthcare solutions, manage early-stage product development across NCI, inspire and support a diverse entrepreneurial workforce, and highlight NCI's role in improving patient care and driving economic growth. NCI SBIR requires the Innovation Corps (I-Corps) program which offers crucial support to researchers and innovators through its hands-on training program, focusing on customer discovery and business model development. This structured approach effectively evaluates the commercial potential of scientific research, laying the foundation for new ventures and contributing to robust economic growth. Since 2014, the National Institutes of Health (NIH) has implemented and assessed the I-Corps program and foster the growth of the national biomedical innovation ecosystem. The NCI SBIR Development Center aids the entrepreneurial community that aligns with the mission of the NCI in validating the health impacts of promising scientific discoveries and advancing them into healthcare products that improve patient outcomes and overall health. Product development across the biomedical field requires NIH collaboration with universities, research institutions, small businesses, trade associations, angel investors, venture capitalists, and strategic partners. NCI SBIR leads initiatives to cultivate these relationships and expand opportunities for NCI innovators to enhance their product development efforts. OBJECTIVE The Contractor shall provide a technical and administrative infrastructure for in-person, virtual, or hybrid events relevant to the I-Corps program and provide a Project manager, with responsibility for overall task management and communications. SCOPE The Contractor shall support the administration of the I-Corps at NCI Program through intensive training in business model development and customer validation to one cohort of teams selected by NCI with up to a maximum of 8 teams. Each team will be composed of three members. The team will include a C-level Corporate Officer (CLO), a Technical Lead/Expert (TL), and an Industry Expert (IE). Each training program will feature a three-day kickoff workshop, six weeks of virtual training and coaching, and a two-day closing workshop. Based on need, the kickoff and closing workshops may be conducted in person or virtually, as finalized between the Government and the Contractor after the award. The tentative schedule for the cohorts is as follows, with exact dates and details to be finalized between the Government and Contractor after the award: I-Corps NCI Cohort is estimated to begin February 2026 and end March 2026 Given the coordination required, the precise date will be submitted by the vendor and agreed upon after discussion with the COR. CONTRACT REQUIREMENTS / PERSONNEL QUALIFICATIONS I-Corps at NCI Cohort Support The Contractor shall coordinate and provide the overall support for the I-Corps at NCI Program in conducting the following activities as it relates to each cohort: Provide consultants (faculty) for each cohort and a training assistant as necessary for training purposes. Secure a venue for space, including hotel rooms and audio-visual services. Locations for the kick-off sessions are to be determined in consultation with the NCI Contracting Officer�s Representative (COR). Assist NCI in conducting phone interviews for team selection prior to each cohort. Provide logistical coordination and communications to the teams and consultants before, during, and after each cohort. As applicable, provide all required classroom materials to the teams including syllabus, access to online videos, access to online classrooms or lessons, and/or access to the course management software. All required materials shall be provided virtually (e.g. Airtable, Zoom, etc.). Make travel arrangements and accommodations for all consultants (faculty) for both the kickoff and closing workshops for each cohort as required. Ensure and coordinate an Event Manager and Program Officer that will be on site for each cohort as required. Provide the platform for the 6-week online sessions along with two additional hosts (there are three sessions that run concurrently; one is managed by the TA, the other two by the other consultants). The Contractor shall utilize Zoom and Airtable as the applicable virtual platform. Conduct a pre-course intake survey, an evaluation of the kickoff workshop, and a final course evaluation. Upon completion of each survey and/or evaluation the contractor will provide NCI SBIR Development Center with the results in a timely manner. Contractor staff will consult with NCI SBIR Development Center to review the survey results and assess the need, if any, to amend the survey instruments. These activities shall include but are not limited to the following: Roster prep/cleaning/searches for wrong or bounce back emails/new email searches (e.g., those who are with a new company), dealing with repeat participants. Administration of the survey, such as a 2-month fielding period, monitoring of response rates overall and by role and cohort, and one-on-one communications with participants. Make any needed edits of the survey instrument. Data outcomes report. Follow-up requests. Interviewing a select number of former participants and summary of results (includes communication, setup time, light transcription, analysis, and summary). Obtaining base-level data on businesses created by teams attending I-Corps @NCI workshops to include address, website, business status, and date of incorporation if applicable. Providing I-Corps one page summary of the event upon completion of the cohort. Technical and Logistical Support The Contractor shall provide support in planning and administering all the technical and logistical aspects of the I-Corps at NCI Program. The Contractor is responsible for the following: Coordinating, contacting, inviting, and making arrangements for instructors and/or consultants (faculty) for in-person events as required. Any travel shall be the responsibility of the contractor and shall not be covered by this contract. Determining the appropriate I-Corps at NIH event location and venue for any in-person events. Determining and executing a virtual platform for virtual sessions to include technical assistance pre, during, and post event. Providing I-Corp at NCI materials that support participant learning during the event. Developing and administering an evaluation of participants assessment of the I-Corp at NCI cohort. Upon completion, the Contractor shall provide all evaluation data, to include a summary with the positive and negative data and recommendations to mitigate the negatives based on the evaluation data to the government no later than 30 calendar days after the end of each cohort. TYPE OF ORDER It is anticipated that this requirement will be a firm fixed price contract. ANTICIPATED PERIOD OF PERFORMANCE The Period of Performance is estimated to be one (1) 12-month base period, plus two (2) 12-month option periods from the effective date stated in the award. PLACE OF PERFORMANCE Services shall be performed onsite and/or virtually. SOLE SOURCE JUSTIFICATION The National Institute of Health (NIH) maintains the general I-Corp training program for the general SBIR program. As a part of the SBIR program participation, applicants are mandated within their grant agreement to participate in the I-Corp training program. Additionally, participation in I-Corps is a requirement for the Small Business Transition Grant (SBTG). The National Collegiate Inventors and Innovators Alliance, Inc., (dba. VentureWell) has been contracted to provide the SBIR course at the NIH SBIR program. The National Cancer Institute (NCI) has launched a parallel SBIR program that coordinates alongside the NIH SBIR program. In order to maintain continuity of services for the SBIR grant holders, and to maintain compliance with the grant order, Venturewell is the only capable vendor. VentureWell has consistently managed I-Corps programs not only for the NSF but also for other federal agencies such as the National Institutes of Health (NIH) and the Department of Energy (DOE). Their involvement across agencies ensures that the training and approach are consistent, while still being tailored to the unique needs of each federal organization. This consistency is crucial to maintaining the integrity and effectiveness of the program across different sectors. Furthermore, this consistency allows participants from the NSF I-Corps program, as well as those from the broader NIH I-Corps program (cohorts 1 and 2), to bypass the NCI I-Corps program (cohort 3) in certain cases. This exemption applies to individuals who would otherwise be required to complete the program as part of the Small Business Transition Grant and Concept Award requirements. There are currently 3 cohorts at NIH, 2 that are NIH-wide, and the third cohort is NCI-specific. More information on the NIH wide program, which is also run by VentureWell is available here (https://grants.nih.gov/grants/guide/pa-files/PA-25-212.html) SUBMISSION INSTRUCTIONS This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. Information furnished must not exceed 5 pages (12-point font minimum) and should include an outline of previous or similar projects performed. Responses must be received in the contracting office by 2:00 PM ET, September 1, 2025. All responses and questions must be in writing and emailed to Michelle Nguyen, Contracting Officer, via electronic mail at michelle.nguyen2@nih.gov. Reference Notice Number 75N91025Q00052 on all correspondence. The Government�s determination to solicit quotations from the vendors to compete this proposed requirement, is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. DISCLAIMERS 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 the information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. 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
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de0a05652f3f4bf6ba6943cf5d941415/view)
 
Place of Performance
Address: Rockville, MD, USA
Country: USA
 
Record
SN07553087-F 20250817/250815230045 (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.