SOURCES SOUGHT
B -- Multi-Site Brain Imaging Research on Pediatric Anxiety Disorders
- Notice Date
- 8/12/2013
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- RFP-HHS-NIH-NIDA-NIA-SBSS-13-812
- Archive Date
- 9/3/2013
- Point of Contact
- John Flannery, Phone: 301 435 8782
- E-Mail Address
-
flanneryje@mail.nih.gov
(flanneryje@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: U.S. Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions Branch, 31 Center Drive, Room 1B59 Bethesda, MD 20892. Introduction: This is a Small Business 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. Background Information: The mission of the National Institute of Mental Health (NIMH) is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. The National Institute of Mental Health (NIMH) Intramural Research Program (IRP) requires contractor support for the completion of a reliability study that will establish the procedures for a multi-site functional magnetic resonance imaging (fMRI) study of pediatric anxiety disorders. Purpose and Objectives for the Procurement: The purpose of this procurement will be to acquire contractor support for the completion of an NIMH reliability study that will establish the procedures for a multi-site functional magnetic resonance imaging (fMRI) study of pediatric anxiety disorders. The contractor shall be required to collect and analyze data. The overall goal of the research collaboration is to lay the groundwork for a large, multi-site brain imaging study of pediatric anxiety disorders. The degree to which such a multi-site study can be implemented will depend upon meeting three main goals, before initiating the larger study. First, comparable methods must be established for the recruitment, assessment, and treatment of pediatric anxiety disorders. Second, comparable methods must be implemented for reliably assessing brain structure and function. Third, a data pipeline must be established that will insure comparability of methods across the three sites. The contractor must have access to a General Electric MR750 3T Scanner, which is identical to the scanner currently in use at NIMH-IRP. The contractor must also have access to a large population of children suffering from anxiety disorders. Capability Statement: Contractors that believe they possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. The capabilities statement must specifically address each project requirement separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of scientists, medical experts and technical personnel as it relates to the above outlined requirements, 3) a description of general and specific facilities and equipment available, including computer equipment and software, 4) an outline of pervious research projects that are similar to the project requirements in which the organization and proposed personnel have participated, and 5) any other information considered relevant to this program. The capability statement must not exceed 10 single 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 number 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 John Flannery (flanneryje@mail.nih.gov), Contracting Officer, in MS Word format within 7 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 reviewed 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 an indefinite delivery/indefinite quantity contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/RFP-HHS-NIH-NIDA-NIA-SBSS-13-812/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03146029-W 20130814/130812235448-cda8b6470cc52e5fbe5049f6627b064c (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 |