Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOLICITATION NOTICE

B -- Cardiovascular Testing Interpretation for the Intramural Research Program of the National Institute on Aging

Notice Date
8/27/2013
 
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, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
RFQ2713018429
 
Archive Date
9/14/2013
 
Point of Contact
John Flannery, Phone: 301 435 8782
 
E-Mail Address
flanneryje@mail.nih.gov
(flanneryje@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 solicitation number is RFQ2713018429 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, dated August 1, 2013. The associated NAICS code is 541690 and the small business size standard is $14M. The National Institute on Aging (NIA) Intramural Research Program (IRP) requires contractor support to interpret cardiovascular studies performed at the clinical center of the National Institute on Aging (NIA). The NIA IRP requires the services of a clinician trained in cardiovascular medicine to perform these services. The services that the contractor shall provide include reading and interpreting resting electrocardiograms, echocardiograms, treadmill stress tests, review of processed ambulatory Holter reports, and pulse wave velocity studies using the center's custom built electronic reporting system for routine testing at the clinical center (routine Baltimore Longitudinal Study of Aging exams and selected interventional trials). The contractor shall perform the following tasks: 1.Provide measurement oversight and interpretation of resting electrocardiograms using BLSA-modified Minnesota coding system and recorded using the center's electronic reporting system. 2.Oversee measurement of echocardiographic studies and clinical assessment of any significantly abnormal results. Results shall be entered into the Xcelera-reporting system. 3.Oversee measurement of carotid artery intimal medical thickness measurements and their inclusion into the BLSA dataset. 4.Provide oversight and maintenance of datasets for Pulse Wave Velocity study measurements. 5.Interpret treadmill stress testing results using the BLSA-modified Minnesota coding system for ischemia, arrhythmia, and relevant electrocardiographic abnormalities using the center's electronic reporting system. 6.Provide clinical assessment of processed ambulatory Holter reports and ensure that data is efficiently imported into the BLSA study database. 7.Oversee management and function of the electronic cardiovascular test reporting system in cooperation with the Information Technology department. 8.For cases deemed urgent by in-house clinical staff, an email will be sent to the contractor to notify them of an urgent case requiring review. The Government will provide all available data/testing information to the contractor, and the contractor shall review, and provide a response within 24 hours of receiving notification. The period of performance will be 12 months from date of award with no additional option years. The contract type for this requirement will be a labor hour contract type. The Government anticipates that the total number of hours of work to be performed by the contractor shall not exceed 1,250 hours over the 12 month period of performance. The place of performance will be Harbor Hospital, 3001 S. Hanover Street, Baltimore, MD 21225 and/or the NIH Biomedical Research Center, 251 Bayview Blvd., Baltimore, MD 21224. The Government will not provide travel reimbursement. Some electronic reporting tasks can be performed remotely with advanced approval by the Contracting Officer's Representative (COR) or Project Officer. The contractor shall be required to obtain an NIH identification badge for access to facilities and systems. The Government will provide orientation and necessary training on NIH specific systems, i.e., Security Awareness (full or refresher), NIH Privacy Awareness and continual role-based training particular to the work to be performed by the contractor staff. The Government will provide computers that can be configured for VPN access and accommodate interpretation applications (i.e. Echo interpretation requires Osirix on Mac-OS, Reporting requires SAS on Windows OS), study interpretation applications, and statistical software for use in the performance of this contract. The contractor shall submit a price quotation and a technical quotation in response to this RFQ. In order to be considered for award, the contractor shall demonstrate the following in their technical quotation: 1.Demonstrate prior knowledge of and experience with the preparation of longitudinal data into SAS databases suitable for analysis by mixed models based approaches. 2.Provide one (1) publication of longitudinal studies of aging related cardiovascular changes. Price quotations shall include the contractor's proposed labor rate multiplied by 1,250 total hours of work for the 12-month period of performance. Quotations will be evaluated on meeting technical specifications and price. All responses must be received before the response deadline and must reference number RFQ2713018429. Responses may be submitted electronically to John Flannery at flanneryje@mail.nih.gov. Fax responses will not be accepted. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Clause at 52.212-4, Contract Terms and Condition Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. For more information regarding the solicitation, please contact John Flannery, Contracting Officer, at flanneryje@mail.nih.gov or call 301-594-1928.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/RFQ2713018429/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03164635-W 20130829/130828000052-59eedec52ed06b7af6730f0cedec714e (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.