SOURCES SOUGHT
B -- Clinical and Immunological Investigation of Subtypes of Autism
- Notice Date
- 8/29/2013
- 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-NIMH-SS-13-204
- Archive Date
- 9/20/2013
- 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 Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources. 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 Pediatric and Developmental Neurosciences Branch (PDN) at the National Institute of Mental Health (NIMH) is to identify factors which influence the onset and expression of behavioral symptoms, and to develop more effective treatment and prevention strategies for childhood disorders. The Branch conducts clinical research on a variety of childhood behavioral problems. The DPN at NIMH requires contractor support for the clinical and immunological investigation of subtypes of autism, diagnosis and treatment of childhood-onset behavioral disorders, neuropsychiatric disorders and neurodevelopmental disorders, and other PDN neurophysiology data. Purpose and Objectives for the Procurement: The purpose of this procurement will be to acquire contractor support for the clinical and immunological investigation of subtypes of autism, diagnosis and treatment of childhood-onset behavioral disorders, neuropsychiatric disorders and neurodevelopmental disorders, and other PDN neurophysiology data at the NIMH PDN Branch. PDN is in the process of analyzing data collected as part of a large phenomenological study of children with autism compared with children with other developmental disabilities and with typically developing children. As part of the medical and clinical evaluation, the children all had electroencephalograms and modified polysomnograms (without respiratory parameters). PDN's preliminary neurophysiologic data from the modified polysomnograms for the first 60 children with autism reveals that many of them have abnormal sleep architecture when compared to the other two groups. These differences in the organization of the sleeping brain likely reflect differences in underlying neural organization. The contractor must provide a pre-established method which uses data gathered from overnight EEGs to analyze functional neuronal network structures. This contractor-provided method shall be used to establish where the developing brain in autism may be over or under connected. The anticipated period of performance is one base year and four option years. The final deliverables will be (1) maps of neural networks of the subjects involved in this study and (2) a final data analysis. Capability Statement: Contractors that believe they possess the capabilities and access necessary to provide these services 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 4) an outline of previous 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-NIMH-SS-13-204/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03167842-W 20130831/130829235617-b1ac1d5855e5794412c0943adcd89c85 (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 |