SOLICITATION NOTICE
Q -- Analytical and Scientific Research Suuport Services - Attachment Package
- Notice Date
- 3/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- NIHCL2010062
- Point of Contact
- Dianna Snowden, Phone: 301-594-5917
- E-Mail Address
-
dianna_snowden@nih.gov
(dianna_snowden@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Additional Clause FAR 52.217-9 FAR 52.212-1 Representations and Certs Sercurity Provisions Proposal Preperation Invoicing Instructions Proposal packaging & Delivery instructions Past Performance Questionnaire Estimated Level of Effort Technical and Cost Evaluation SF-1449 Section B Statement of Work The Clinical Research Center at the National Institutes of Health has a requirement for analytical and scientific research support services to support a line of scientific inquiry on Adults with Chronic Health Care Needs (ACHCN) being conducted by the Department of Rehabilitation Medicine (RMD). The purpose of the procurement is to obtain the analytic and scientific support services of a health services / health policy researcher to assess complex data sets, prepare data sets for analysis (including file manipulation and variable construction), conduct appropriate statistical analyses, and present the results in formats suitable for publication and presentation in peer-reviewed scientific venues. This contract involves continuation of detailed analyses of the 2002-2004 MEPS file examining adults with chronic health care needs with development of an associated series of manuscripts. This contract will permit detailed analyses of the multi-year MEPS dataset where the health and disparities in health among adults with chronic health care needs will be examined in depth. Proposed activities include conducting detailed statistical analyses and developing three manuscripts intended for publication in peer-reviewed scientific journals. The contractor must have the ability to accomplish these goals in the designated timeframe and, in addition, must provide evidence of the following qualifications and experience: 1) Substantive knowledge in the areas of disability, disability policy, and health insurance coverage as demonstrated by scientific and academic work and publications. 2) Educational background in Social Policy and Management, Health Policy, Social Work, and/or Sociology. 3) Analytic experience using the Medical Expenditure Panel Survey and other national health surveys. 4) Knowledge of statistics and statistical methods for analysis of complex surveys; the ability to plan and conduct research on public health issues using large data sets; knowledge of PC platforms and use of statistical software for data management and analyses, including SAS, SUDAAN (or the equivalent), SPSS, and STATA; the ability to apply statistical techniques to produce meaningful tables and graphs using Microsoft Office or comparable software; the ability to provide expert technical consultation on complex statistical and computing techniques. 5) Ability to communicate effectively, verbally and in writing. 6) A productive publication record as evidenced in a current curriculum vitae. 7) Timely delivery of contract products. This a combined synopsis/solicitation for commercial items and services, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This solicitation (RFP-NIHCL20100062) includes all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-29-Amendment 1. This is a total small business set-aside. The applicable North American Industrial Classification Code is 541712 and the size standard is 500 people. The Government anticipates award of an indefinite delivery requirements task order contract for a base period of twelve months plus four twelve month option periods available for unilateral exercise by the Government. The detailed Statement of Work can be found in Attachment No.1 to this synopsis. Offerors are requested to provide a detailed technical and cost proposal for the proposed contract. In addition, the first proposed Task Order is Attachment No. 2 to this synopsis. Please refer to the following attachments which delineate the Government's requirements for this procurement: Attachment No. 1- SOW1.doc Attachment No. 2- Task Orders.doc Attachment No. 3- Security Provisions.doc Attachment No. 4- Invoicing Instructions.doc Attachment No. 5- Technical and Cost Evaluation Criteria Attachment No. 6- Estimated Level of Effort for base Period and Option Periods 1 - 4 Attachment No. 7-Past Performance Questionnaire Attachment No. 8-Proposal Packaging and Delivery Instructions Attachment No. 9-Section B-Description of Supplies/Services and Prices/Costs Attachment No. 10-Proposal Preparation Instructions PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition. FAR 52.212-1 Instruction to Offerors/Commercial Items (see below for additional proposal preparation instructions, as well as Attachment No. 10 ) (June 2008) FAR 52.212-2 Evaluation- Commercial Items; (Jan 1999) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; (June 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008) FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial items (Jan 2009) FAR 52.216-18 ORDERING (Oct 1995) FAR 52.216-19 ORDER LIMITATIONS (Oct 1995) FAR 52.216-21 REQUIREMENTS (Oct 1995) FAR 52.217-5 EVALUATION OF OPTIONS (July 1990) FAR 52.217-8 OPTION TO EXTEND SERVICES (Nov 1999) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000) FAR 52.227-14 RIGHTS IN DATA- General(Dec 2007) FAR 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (Apr 1984) The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR 52.219-6 Notice of Total Small Business Set-Side (Jun 2003) FAR 52.219-28 Post Award Small Business Program Representation (Jun 2007) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor- Corporation with Authorities and Remedies (Feb 2008) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Dianna Snowden, Contract Specialist at dsnowden@cc.nih.gov. ADDITIONAL PROPOSAL INSTRUCTIONS: The Government anticipates award of an indefinite delivery requirements task order contract. Offerors should submit an original proposal and 4 copies each of a technical and cost proposal for the contract. Also, please submit an original proposal and 3 copies each of a technical and cost proposal for the first task order. Offerors must also complete FAR 52.212-3 Offeror Representation and Certifications provide a copy of the valid certifications registrations of the offeror's Central Contractor Registrations (CCR) and Online Representation and Certifications Applications (ORCA). Proposals must be received by 1:00 PM by 1:00PM on March 29, 2010.. The address for delivery of the proposal is: National Institutes of Health, Office of Purchasing and Contracts, Clinical Center, 6707 Democracy Boulevard, Suite 106, Bethesda, Maryland 20892, Attention: Ms. Dianna Snowden.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIHCL2010062/listing.html)
- Place of Performance
- Address: National Institutes of Health, 10 Center Drive, Building 10, Room CRC 1-1469, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02100462-W 20100325/100324000059-c03244ab0373c50ba725583b881e567e (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 |