Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2007 FBO #2057
SOLICITATION NOTICE

R -- NAGenome Wide Association Studies (GWAS) Phase III Activities

Notice Date
7/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NHLBI-PB(HL)-2007-193-DDC
 
Response Due
7/31/2007
 
Archive Date
8/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented 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. The reference solicitation number is: NHLBI-PB(HL)-2007-193-DDC This solicitation is issued as a Request for Quotation (RFQ). This acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-18. The total contracted dollar amount, including options will not exceed $5 million. The intended procurement will be classified under North American Industry Classification System code 541990, All Other Professional, Scientific and Technical Services, with a size standard of $6.5M. Market research conducted by the Government has determined that there are two (2) or more small businesses with the capability to perform the services. Therefore, the acquisition is being conducted as a total small business set aside. The Government anticipates that there will be one performance based service contract awarded for this requirement. The proposed performance period is September 1 through December 1, 2007. The proposed level of effort is estimated at 670 direct labor hours. The direct labor will be provided on a part-time basis Monday through Friday, excluding Federal Holidays, 8:30am - 5:00pm. The place of performance is the National Institute of Health, Bethesda, Maryland Campus, Building 31 and Rockledge II Building in Rockville, Maryland. Office space will be provided in these respective buildings SCOPE OF WORK: Background: Rapid advances in understanding the patterns of human genetic variation and maturing methods for genotyping are providing powerful research tools for identifying genetic variants that contributed to health and disease. The National Institutes of Health (NIH) recognizes that the full value of Genome-Wide Association Studies (GWAS) can only be realized if the genotype and phenotype datasets derived from these studies are made available as rapidly as possible to a wide range of scientific investigators. GWAS data release practices must also be consistent with the informed consent provided by individual participants and just protect the privacy and confidentiality of the research participants. The NIH is seeking to develop a specific data-sharing policy for GWAS, across its Institutes and Centers, to harmonize the practices through which data will be made available widely and freely available for research. The proposed GWAS policy calls for investigators funded by the NIH to submit de-identified genetic data to a centralized NIH GWAS repository. During the initial phase of policy development, a trans-NIH working group established a GWAS policy website, provided background information on the policy initiative for internal and external audiences, and solicited and analyzed input on from investigators, patients, and other interested parties via a Request for Information (August 2006) and an NIH Town Hall Meeting (December 2006). The proposed policy and public commentary involves complex and sensitive issues related to participant privacy concerns, FOIA requirements, potential risks and benefits for participants, informed consent or re-consent of patients to permit access to their genetic data, publication rights of investigator, intellectual property rights of scientists, and data access and data management procedures. The next phase of the policy development involves the refinement, finalization, launch, and implementation of the policy. These next steps will be based on the input from the Request for Information and NIH Town Hall Meeting; the development of an implementation plan; and preparation of presentation and other background materials for external and internal audiences. The trans-NIH working group is chaired by the Director, National Heart, Lung, and Blood Institute, (NHLBI). The GWAS Project Management Team is led by the Deputy Director, NHLBI, who works in collaboration with senior officials in the NIH Office of Science Policy and the Office of the Director, National Human Genome Research Institute. Input is solicited from all affected Institutes and Centers at the NIH via working groups throughout the policy development process. Statement of Work: Specifically the Contractor Shall: Provide support to finalize the NIH GWAS data sharing policy. Specific tasks include: 1. Development of implementation plan to include various outreach activities for NIH staff, and the extramural community. This may include a notice in the NIH Guide for Grants and Contracts or an article in OER Nexus or OER Insider. This includes updates to the GWAS web site. 2. Management of the GWAS e-mail box and drafting of FAQs or standard responses to controlled correspondence. 3. Coordination of ongoing policy meetings and activities. 4. Development of documentation regarding governance structure for Data Access Committees (DAC). 5. Coordinating the details in implantation of the policy through a weekly meeting with the GWAS Policy Implementation Workgroup (GPIW). This may include drafting updated language for inclusion in FOAs, updates to policy statements, instructions and forms. 6. Continuing support of the GWAS Project Management Team and GPIW through December 2007, which involves: meeting scheduling, agenda development, meeting material production, meeting follow-up such as analysis of meeting outcomes, policy finalization timeline creation, tracking of policy related items and meetings, and continuing communication with relevant policy members. 7. Continuing support for communications and rollout steps and logistics which includes: rafting PowerPoint presentation, updating the communication plan, updating web site content, and after policy release, providing support to the governance committees by setting up initial meetings and providing background information. 8. The contractor must be able to handle the complex and specialized nature of the project and have the full capability to support all aspects in a short timeframe. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The Government will evaluate the technical portions of the quotation in accordance with the criteria set forth herein. The Government intends to evaluate the quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request additional or clarifying information, if later determined by the Contracting Offeror to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. A final best-buy analysis will be performed taking into consideration the results of the technical evaluation, cost analysis, and ability to complete the work within the Government's required schedule. The Government reserves the right to issue an order to the best advantage of the Government, technical merit, cost, and other factors considered. The NHLBI reserves the right to make a single award, multiple awards, or no award at all as a result of this synopsis. In addition, the synopsis may be amended or canceled as necessary to meet NHLBI requirements. The Offeror shall submit a fixed price labor hour cost quote. The cost quote shall indicate the applicable direct labor categories with loaded hourly rates, and any associated other direct costs. Other direct costs should include an explanation for the basis of the estimate. In addition to a price quote, the Offeror must submit a detailed technical plan which will receive paramount consideration in the selection of a Contractor. The total number of pages for the technical plan is not expected to exceed ten (10) pages in length, excluding resumes. A detailed technical plan must indicate how each aspect of the statement of work is to be accomplished. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical plan should reflect a clear understanding of the nature of the work being undertaken. The technical plan must include information on how the project is to be organized, staffed, and managed. Information should be provided which will demonstrate your understanding and management of important events or tasks. Plans which merely offer to conduct a program in accordance with the requirements of the Government's scope of work will not be eligible for further consideration. The offeror must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives. The evaluation will be based upon the demonstrated capabilities of the prospective contractor in relation to the needs of the project as set forth in the RFQ. The technical plan will be evaluated against the following technical evaluation criteria: 1) Understanding the Requirement. 50 possible points. A demonstration of Offeror?s knowledge and expertise in project and policy planning, development, and implementation for a biomedical research institution. The plan must Include evidence of an understanding of the issues involved in the sharing of sensitive human genetic data. The plan must detail the work performed by the Offeror within the last three years which demonstrates relevant experience. 2) Personnel Experience. 50 possible points. The Offerors shall submit resumes of proposed personnel. The resumes should demonstrate experience in project and policy planning, development, and implementation in a biomedical research institution and experience in working with issues involved in sharing human genetic data. Proposed personnel shall also have experience in policy development project support such as making assessments related to policy development, finalization, and implementation; conducting research on policy related matters; reviewing and analyzing public commentary; updating website content; providing meeting preparation and follow-up support; organizing conferences or workshops; providing communications planning and implementation support; and providing technical support for day-to day management of activities. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. The Offeror must be registered in the Government?s Central Contractor Registry (CCR) System, which is available at www.ccr.gov . The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: (1) 52.222-26, Equal Opportunity (E.O. 11246). (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.225-3, Buy American Act - Supplies (41 U.S.C. 10). (6) (I) 52.225-21, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (6) (ii) Alternate I of 52.225-21. (7) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). There are no numbered notes applicable to this notice. The Contractor shall submit its quotation electronically in a ?read only? format. Quotations are due July 31, 2007, 5:00 p.m. at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention Deborah Coulter, Contract Specialist, (301) 435-0368. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov or by FAX to (301) 480-3345. The electronic transmission and fax transmission must reference the solicitation number: NHLBI-PB(HL)-2007-193-DDC . all responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Place of Performance
Address: Bethesda Maryland and Contractor's Work Site
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01341730-W 20070715/070713220652 (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.