Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2006 FBO #1802
SOLICITATION NOTICE

R -- Services of a full time biostatistician.

Notice Date
10/31/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-07-BIOSTATISTICIAN
 
Response Due
11/7/2006
 
Archive Date
1/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Army Medical Research Acquisition Activity (USAMRAA) intends to acquire the services of a full-time biostatistician at the Walter Reed Army Institute of Research (WRAIR), Silver Spring, MD to support a variety of biomedical research areas. Contract performance period shall be 10 November 2006 through 9 November 2007 with four twelve-month option periods. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemen ted with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) and the solicitation document and incorporated provisions and clauses are thus in effect through Federal Acquisition Circular 05-12. The contractor shall provide the following services as described herein: 1.0 INTRODUCTION 1.1 Organization 1.1.1 Identification: Walter Reed Army Ins titute of Research, Department of Biostatistics, Division of Biometrics, WRAIR, Silver Spring, MD 20910. 1.1.2 Mission: The mission of the Walter Reed Army Institute of Research (WRAIR) is to Conduct biomedical research that is responsive to DOD and U.S. Army requirements and delivers life saving products including knowledge, technology, and medical materiel that sustain the combat effectiveness of the warfighter. The Department of Biostatistics provides statistical collaboration, consulting, computer s upport, and teaching to the biomedical researchers of WRAIR and other parts of DOD. Our clients obtain well reasoned answers to scientific questions through efficient design and analysis of their data collections. 1.2 Background and Objective 1.2.1 Backg round: The Department provides service to the Walter Reed Army Institute of Research (WRAIR: http://wrair-www.army.mil/) and to the co-located Navy Medical Research Center (NMRC: http://www.nmrc.navy.mil/). WRAIR/NMRC participates in many partnership agre ements with companies producing pharmaceuticals and medical devices. Research activities of WRAIR/NMRC include in-vitro, pre-clinical, clinical, and epidemiological studies. Many of the research studies currently being conducted at WRAIR/NMRC and in overse as laboratories receive our support. We are responsible for providing statistical collaboration, consulting, training opportunities, and statistical software support. Though not restricted, the primary focus of our work is the design and analysis of pre-c linical studies. As a team, the Department teaches one annual three semester hour class on biostatistics. We also teach seminars from time to time. Our inter service support agreement with NMRC provides the Department with contract dollars in exchange for our providing an appropriate mix of biostatistical services for their biomedical researchers and load leveling between WRAIR and NMRC projects. 1.2.2 Objective: Obtain a full-time biostatistician onsite to support a variety of biomedical research areas.1. 3 ADP Environment 1.3.1 Hardware: IBM PC compatible 1.3.2 General Software: Microsoft Windows XP operating system and the MS Office productivity suite. 1.3.3 Statistical Software: R, Minitab, SAS, StatXact-6 for Windows, LogXact, Prism, and nQuery. Web-based sites offering statistical tools for the purposes of design and analysis are also available. 2.0 TECHNICAL REQUIREMENTS 2.1 Task Description 2.1.1 Scope of Work: The overall magnitude and complexity of work to be performed is as follows: 2.1.1.1 Consult with Department Clients: With the approval of the User Project Manager, provide statistical collaboration or consulting to research scientists, database designers, and managers of WRAIR/NMRC. Communicate effectively in order to understand a nd clarify the goals of the client. Provide well reasoned solutions. 2.1.1.2 Support Department Staff: Contractor will provide technical assistance to the st aff of the Department of Biostatistics. This will include assisting staff statisticians with design or analysis tasks and/or jointly meeting with investigators seeking statistical and computing services. 2.1.1.3 Statistically Design Animal Experiments: As sist in the development of formal experimental protocols subject to the Army, Navy, and Animal Welfare Regulations. Quoting from AR 40-33, A person knowledgeable in biostatistics is required to review all proposals to ensure that the number of animals use d is appropriate to obtain sufficient data and/or is not excessive, and the statistical design is appropriate for the intent of the study. 2.1.1.4 Statistical Study Design and Data Analysis: Contractor is expected to apply a variety of biostatistical meth ods and tools. Expected application areas include analysis of variance and construction of graphical displays for visualizing data. Biostatistical methods may also include survival analysis, logistic regression, and generalized linear mixed-effects models . 2.1.1.5 Seminars: At the direction of the User Project Manager, develop one or more seminars/classes on statistical topics of current relevance. 2.1.1.6 Time Management: The dynamics of research require the ability to adjust the work schedule to meet w ith Department staff or investigators in order to furnish timely support and meet deadlines. The contractor shall prioritize and switch as necessary between multiple assigned tasks. On occasion the contractor will be required to provide expedited response s on a quick turnaround basis 2.1.1.7 Research: The contractor is not expected to address all statistical problems presented by researchers at WRAIR/NMRC with the knowledge they already possess. With the approval of the User Project Manager, the contrac tor will be given time and encouraged to review relevant statistical literature and adapt statistical methods as necessary. 2.1.1.8 Statistically Design, Analyze, or Review Clinical Trials: Contractor may assist in the development, analysis, or review of formal experimental protocols subject to national and international regulations. 2.1.2 Statement of Work: Products and end results expected of the contractor for successful completion of the task are as follows: 2.1.2.1 Statistical (Technical) Advice: Provide clear oral or written advice to Department staff, investigators, database managers, and managers with regard to statistical procedures. 2.1.2.2 Editorial Review: Provide clearly written technical edits that improve statistical aspects of documents , such as research protocols or manuscripts from clients of the Department. 2.1.2.3 Draft Language: Draft clearly written data, statistical design, sample size, and analysis sections for documents such as research protocols or manuscripts from clients of the Department. 2.1.2.4 Collaborative Writing: Coauthor scientific/technical manuscripts with clients of the Department. 2.1.2.5 Seminars and Classes: Conduct seminars and classes for clients of the Department. Clear written and oral presentation is requ ired. 2.1.2.6 Internal Documentation: The contractor shall internally document assumptions, data sources, databases, procedures, statistical analyses, and computer programming code so that results can be replicated even if the originating staff member is no longer available. Data sets, analysis software, and documentation shall be in digital format, accessible to the User Project Manager, and shall be provided to the Project Manager upon expiration of the contract. 2.2. Deliverables: All deliverables mus t meet professional standards and the requirements set forth in contractual documentation. The contractor will be responsible for delivering all end items specified. The following items are deliverables which fall within the scope of this task and which a re illustrative of the type of work the Government expects to order. 2.2.1 Reports: In addition to the reports listed below, additional reports may be reques ted as deemed necessary. REPORTS: Summary Technical Report on a monthly basis to include a list of topics; Summary Consulting Report on a monthly basis to include project identification and client list; Programming Report on a monthly basis to include a p rogram and client list. 2.2.2 Criteria for Acceptance: Products provided shall be free of obvious errors and consistent with statistical methods published in the peer reviewed literature. In all cases, reports, statistical algorithms, and data used to ge nerate results shall be provided in digital formats compatible with the hardware and software specified under section 1.3. 2.2.3 Schedule: Technical support meetings with the User Project Manager will occur on a weekly basis with Thursday as the targeted day. Approved consulting and/or collaborative research with WRAIR/NMRC investigators will be scheduled consistent with their needs. 2.2.4 Delivery Instructions: Consulting services will be delivered at WRAIR/NMRC, Building 503. 2.3 Expertise: The con tractor is responsible for providing personnel with expertise in the following areas: 2.3.1 ADP Skills: Personnel assigned to this task must possess skill in the areas of hardware and general software systems as specified in paragraph 1.3 of this SOW. Sk ill is also required in at least one of the following statistical programming/macro languages: R, Minitab, or SAS. 2.3.2 Functional Skills: Personnel must be capable of working independently and with demonstrated working knowledge of the effort required in paragraph 2.1 of this SOW. 2.4 Materials: N/A 3.0 GOVERNMENT FURNISHED RESOURCES 3.1 General: The contractor must specifically identify in the task proposal the type, amount, and time frames for any government resources, excluding those listed be low. The following resources will be provided by the client: 3.1.1 Facilities, Supplies and Services: Office workspace, office supplies, computer equipment and time, official telephone, and reproduction facilities as required. 3.1.2 Data: Generally pro vided in Excel spreadsheets formatted as tabular displays. Unless otherwise specified, these data are proprietary information jointly owned by the US Government and business partners associated with specific projects. 3.1.3 Information: The following inf ormation will be provided by the user: 3.1.2.1 Manuals, texts, briefs and other materials associated with the hardware/software noted in paragraph 1.3 of this SOW. 3.1.2.2 Initial familiarization/orientation will be provided by the User Agency. Standard Operational Procedures will be available to the contractor at the place of performance. 4.0 ADMINISTRATIVE CONSIDERATIONS 4.1 Points of Contact 4.1.1 User Project Manager: Name: To Be Provided at Time of Contract Award, Walter Reed Army Institute of Research, Room 1W102, 503 Robert Grant Ave, Silver Spring, MD 20910-7500; Telephone: To Be Provided at Time of Contract Award; Fax: To Be Provided at Time of Contract Award; Em ail: To Be Provided at Time of Contract Award 4.1.2 Alternate: Name: To Be Provided at Time of Contract Award, Walter Reed Army Institute of Research, Room 1W113, 503 Robert Grant Ave, Silver Spring, MD 20910-7500; Telephone: To Be Provided at Time of Contract Award; Fax: To Be Provided at Time of Contract Award; Email: To Be Provided at Time of Contract Award 4.2 Place of Performance: Work is to be performed at the following on-sit e location: Walter Reed Army Institute of Research and the Navy Medical Research Center, Building 503, Room 1W117, Silver Spring, MD 20910-7500. 4.3 Hours of Work: Contractor personnel are expected to conform to customer agency normal operating hours. 4.4 Duration of Task: Duration of this task is from 10 November 2006 (or date of award) through 9 November 2007 with four option years. 4.5 Travel and Training 4.5.1 Travel: Actual expenses limited by the Government Travel Regulations must be pre-appro ved by the client. Any costs for travel to meeti ngs will be paid through this purchase order via modifications. 4.5.2 Training: N\A 4.6 Privacy and Security 4.6.1 Clearances: Unclassified. 4.6.2 Protection of Data: Work on this project requires that personnel have access to privacy information, pr otected heath care information, and proprietary information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. The contractor shall comply with the Health Insurance Portability an d Accountability Act of 1996 (HIPAA) requirements, specifically the administrative simplification provisions of the law and the associated rules and regulations published by the Secretary, Health and Human Services (HHS). It is expected that the contracto r shall comply with all HIPAA-related rules and regulations as they are published . 4.6.3 Security: Contractor shall be required to have a National Agency Check background investigation. Clients Security Officer: To Be Provided at Time of Contract Awa rd, WRAIR, Director, Security Officer, Bldg 503, Silver Spring, MD, Telephone: To be Provided at Time of Contract Award; E-mail: To Be Provided at Time of Contract Award This solicitation is set-aside for small businesses. FAR 52.212-1, Instructions to O fferors-Commercial Items (Oct 1995) is hereby incorporated by reference. Applicable is FAR 52.212-2, Evaluation-Commercial Items: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conformin g to the solicitation will be most advantageous, representing the best value to the Government, price and other factors considered. Evaluation of offers shall be based on the following factors: (1) Technical capability of the services offered to meet the Government requirement to include: 5.1 Education: A Masters or Ph.D. in Biostatistics, Statistics, Applied Statistics, Applied Statistics and Statistical Computing, Experimental Statistics, Environmental Statistics, Probability and Statistics, Applied P robability and Statistics, Mathematical Statistics, Mathematics, Applied Mathematics, Biomathematics, Biometrics, or Operations Research is required. Candidates will be evaluated on the extent to which they possess the appropriate technical knowledge and expertise to satisfy customer goals and expectations. 5.2 Experience: Applicants will be evaluated based on proven ability to work with others conducting collaborative research in a multidisciplinary scientific organization. For a candidate with an MS, the position requires a background in statistical principles, and at least three years of experience in statistical consulting, data analysis, and computing. For a candidate with a Ph.D., the position requires a background in statistical principles, and at least one year of experience in statistical consulting, data analysis, and computing. 5.3 Consulting: The following requirements must be met for an applicant to be considered: record of advanced statistical programming/macro skills; record of developing innovative materials; effective communication of statistical concepts and methods to non-statisticians. (2) Past Performance, and (3) Price. Factors are listed in descending order of importance. Each offeror must (1) submit written information that pertains to the proposed candidates ability to perform the required services, (2) identify two federal, state, local government, or private contracts for which the offeror has performed work similar to the SOW in this solicitation (include contracts within the last two years, PO Cs, and telephone numbers), (3) submit an offer to include the cost to provide biostatistician support services on a firm-fixed-price basis for one year plus four twelve-month option periods and the price associated with the input of the Accounting for Con tract Services information in the website operated and maintaind by the Assistant Secretary of the Army (Manpower & Reserve Affairs) (ht tps://contractormanpower.armypentagon.mil) for one year plus four twelve-month option periods, and (4) establish and maintain a Quality Control Plan to ensure that all services, specified in the Performance Work Statement (Statement of Work), are provided and include timeliness and level of quality. The Quality Control Plan (QCP) will be incorporated into the contract and shall be updated thereafter as approved changes occur. By the same token, the Government will monitor the contractors performance unde r the contract. The Government retains the rights provided in FAR 52.246-4. The Governments Quality Assurance Surveillance Plan will be incorporated into the resultant contract. In addition, offerors are reminded to include a completed copy of the pro vision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The following clauses are incorporated into this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Aug 1996); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Aug 1996) (FAR clauses 52.219-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41,52.222-42, and 52.222-43 apply); 52.217-9, Option To Extend the Term of the Contract (Mar 2000); 52.219-1, Small Business Program Representations (May 2004)  Alternate I (Apr 2002); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alterna te A (Nov 2003); 252.232-7003, Electronic Submission of Payment Requests (May 2006); 252.246-7000, Material Inspection and Receiving Report (Mar 2003); Any questions are due by noon, 6 November 2006 (see POC below). Proposals are due on 7 November 2006 at 4:00 E.S.T. to USAMRAA, ATTN: MCMR-AAA-W, Bldg. 820, Fort Detrick, MD 21702-5014. POC is Dana L. Herndon, 301-619-7140.
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN01173697-W 20061102/061101025052 (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.