Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
SOURCES SOUGHT

R -- Integration other biomarkers into the database: (e.g. genomics, specific neurobehavioral, psychophysical, cognitive assessments), and NIH developed tools, ex. PROMIS, and also compare outcomes of the Registry with legend instruments.

Notice Date
8/1/2013
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-RC2013-1
 
Archive Date
8/29/2013
 
Point of Contact
Robert M. Christopher, Phone: 3014023812
 
E-Mail Address
robert.christopher@nih.gov
(robert.christopher@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title Patient Reported Outcomes Measurement Information System (PROMIS), to utilize item response theory (IRT) and computer adaptive testing (CAT) to provide a state of the art registry framework. HHS-NIH-NIDA-RC2013-1 Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 9000 Rockville Pike, Bldg. 31, Rm. 1B59 Bethesda, MD, 20892, UNITED STATES This is a Non-Commercial Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Introduction Over 100 million people in the U.S. still suffer from unwanted pain, (Institute of Medicine Report) at a cost of hundreds of billions of dollars each year in indirect costs and direct medical expenses. As a result of this, there has been a great increase in the number of treatments available for chronic pain management. Yet in many cases it is not know which treatments are most effective or safest. This information could be obtained through comparative effectiveness studies which could be developed with a Pain Registry. These registries exist now but they are commercial products with expensive fees putting them out of the range of most potential users. It is proposed to continue to develop, test and implement an open source, open standard and free National Pain Registry. The NIH Pain Consortium has contracted with Stanford University to continue the work on a registry initiated by Stanford University and to continue development of the Registry, and to engage early adopter sites to use the registry. Specifically, this registry will be used to collect outcomes data that will be used for outcomes research, comparative effectiveness research, and point of care decision making on large numbers of patients suffering from chronic pain. This contract will leverage the existing work performed by the NIH initiative: Patient Reported Outcomes Measurement Information System (PROMIS), to utilize item response theory (IRT) and computer adaptive testing (CAT) to provide a state of the art registry framework. Scope of Work This statement of work covers the task of continuing development of an open source, open framework, and freely available pain registry, to promote widespread collection of patient outcomes data and to perform preliminary comparative effectiveness studies. In addition, the contractor will further integrate other biomarkers into the database: (e.g. genomics, specific neurobehavioral, psychophysical, cognitive assessments), and NIH developed tools, ex. PROMIS, and also compare outcomes of the Registry with legend instruments. The Contractor will perform the following tasks a.Continue the work of pain medicine experts and computer experts to further refine the functional prototype of pain registry using PROMIS CAT modules and possibly genetic data. b.Continue the beta-testing of the pain registry at Stanford University. c.Contact other pain medicine practices to contribute data. d.Analyze data to provide comparative effectiveness outcomes and provide all other information at the time of a final progress report to NIH Pain Consortium participating members. Capability Statement Businesses that believe they possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contract Specialist. The capabilities statement must specifically address the respondents experience, technical personnel, equipment, and facilities required to conduct the analysis and any other information considered relevant to this program. The capability statement must not exceed 15 single sided or 7.5 double sided pages in length and using a 12-point font size minimum. Interested organizations are required to identify their size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone numbers of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Robert Christopher, Contract Specialist - robert.christopher@nih.gov in MS Word within 10 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-RC2013-1/listing.html)
 
Place of Performance
Address: Department of Health and Human Services, National Institutes of Health, Bethesda, MD, 20892, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03134906-W 20130803/130802000139-545c467afdabcc16bfa1f7bafac3281d (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.