SOURCES SOUGHT
A -- Computer Adaptive Tools
- Notice Date
- 10/7/2011
- Notice Type
- Sources Sought
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- 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
- RMD001
- Archive Date
- 11/18/2011
- Point of Contact
- Brian J. Lind, Phone: 301-402-0735
- E-Mail Address
-
LindBJ@cc.nih.gov
(LindBJ@cc.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT The National Institutes of Health, Clinical Research Center is conducting a sources sought to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business capable of serving the needs mentioned below. This sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not pay for any costs incurred in the preparation of information for responding to this market survey. The Rehabilitation Medicine Department in the Clinical Research Center at the National Institutes of Health (NIH) in Bethesda, Maryland is researching options for a contractor to provide the necessary services to develop Computer Adaptive Testing (CAT) instruments, based on Item Response Theory (IRT) that will assess major domains of functioning relevant to work. In collaboration with the NIH, the contractor will plan, develop and test claimant and provider IRT-based assessments for each functional domain identified that may result in a CAT instrument. The instruments must be designed to assess critical aspects of the disability evaluation process, including job related functional requirements and the workplace environment. The instruments must be comparable with current instruments presently in development. The contractor will be expected to develop comprehensive item pools for each functional domain identified for development, conduct a calibration study of each item pool, and validate resulting CAT instruments. The contractor will be responsible for creating and testing data collection software platforms; and, developing a full systems integration strategy that includes instrument deployment and testing in the SSA computing environment. CAT tool development will require a calibration study for each instrument. A calibration study is a field study of item content and structure conducted with samples of respondents representing the intended users of the CAT instruments. Item pool development and subsequent item calibration are unique for each CAT tool and for the target population for which they are developed. Participant recruitment; and, telephone as well as internet test administration will be needed to conduct the CAT tool calibration studies. The anticipated volume of potential participant contacts will require the contractor to provide evidence of established procedures and staffing to efficiently manage the recruitment effort. In addition, the contractor must demonstrate expertise in CAT tool development and the application of CAT technology for the purposes of disability assessment. The contractor should demonstrate prior success in the completion of calibration studies associated with CAT tool development in domains of human functioning. The vendor's response shall be in sufficient detail to allow the Government to assess the capability of your firm.   The vendor response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this sources sought; extensive experience with and the ability to provide all of the specialized requirements elsewhere described. This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a Purchase Order or Contract based upon Vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Vendors must send written capability responses by November 3, 2011 to the Contract Specialist at the following e-mail address lindbj@nih.gov. For any questions, please contact Mr. Brian Lind at (301) 451-7523. Hard Copies may be mailed to: National Institutes of Health Clinical Center MSC 1604 10 Center Drive Room No. CRC 1-1444 NE Bethesda, MD 20892 Attention: Brian Lind, Contract Specialist
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RMD001/listing.html)
- Place of Performance
- Address: National Institutes of Health, Clinical Center, Department of Rehabilitation Medicine, Building 10, Room 1-1469, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02604590-W 20111009/111007234353-55b2087e33f9a193ad3f5f99f5f35f5a (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 |