Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2013 FBO #4410
SOURCES SOUGHT

Q -- NIDA IRP Clinical Research Support Services and Resources

Notice Date
12/19/2013
 
Notice Type
Sources Sought
 
NAICS
622110 — General Medical and Surgical Hospitals
 
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-SSSA-SS-14-0024
 
Archive Date
1/10/2014
 
Point of Contact
Lauren M. Phelps, Phone: 301 594 2490, John Flannery, Phone: 301 435 8782
 
E-Mail Address
lauren.phelps@nih.gov, flanneryje@mail.nih.gov
(lauren.phelps@nih.gov, flanneryje@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: 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, MD 20892, UNITED STATES. 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 Intramural Research Program (IRP) of the NIDA is to conduct state-of-the-art research on basic mechanisms that underlie drug abuse and addiction, and to develop new methods for the treatment of drug abuse and addiction. Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation, maintenance, and elimination of drug abuse and addiction (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences for the individual and for society caused by drug abuse and addiction. Purpose and Objectives for the Procurement: The purpose of this potential requirement is to provide the NIDA IRP with clinical care support services and resources necessary to maintain the research operation of the NIDA IRP Clinical Research Program. Project Requirements: The NIDA IRP requires the following Clinical Research Program support services and resources: 1. Medical Consultation Approximately 500 research participants are involved in one or more research protocols per year at the NIDA IRP. The Contractor shall provide the equipment, supplies, and ancillary services necessary to conduct medical consultations and rare emergency medical care (i.e., transportation to emergency room). 2. Diagnostic Laboratory and Other Testing Services The Contractor shall provide necessary diagnostic laboratory and radiology services as requested for the clinical research program. The Contractor shall provide all equipment as well as software to allow electronic transfer of laboratory data (ordering and results) between the Contractor and the NIDA IRP. In addition, the contractor must provide all supplies and ancillary services necessary to conduct the radiology, neuroradiology, and laboratory tests. 3. Nursing Services The Contractor shall supply supplemental nursing services to augment the four federally-employed nurses of the NIDA IRP. 4. Domiciliary Oversight and Care The Contractor shall provide overnight stay capability in a facility that can accommodate NIDA research participants. Approximately 35 overnight stays per moth are anticipated. The facility must have the flexibility to allow the NIH Institutional Review Board (IRB) to be the IRB of record. The facility must be located within a ten mile radius of 251 Bayview Boulevard Baltimore, MD 21224. 5. Research Administration The Contractor shall provide research support personnel including research assistants, biostatistics support, and a Data Safety and Monitoring Board to review research protocols. 6. Transportation and Supplies The Contractor shall be required to provide one-way or round-trip transportation for research participants to the NIH Clinical Center, the BRC and the Contractor's domiciliary unit. This transportation may include both participants, and/or study biological specimens. 7. Supplies and Pharmacy Support The Contractor will provide a mechanism to obtain necessary medical equipment and supplies for the clinical research program. This includes emergency "crash carts" and the monitoring of these carts; laundry services (sheets, blankets, hospital gowns), phlebotomy supplies, laboratory specimen supplies (test tubes, u/a supplies), IV maintenance supplies to support approximately 5 clinical study sessions/day that require these supplies Anticipated Period of Performance: The anticipated period of performance is one (1) six-month base period and eight (8) six-month option periods. Capability Statement: Contractors that believe they possess the ability to provide the required services and resources should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. The capability statement should include 1) the total number of employees, 2) the professional qualifications of medical and support personnel as it relates to the above outlined requirements, 3) a description of general and specific facilities and equipment available, 4) an outline of pervious clinical support 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. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and 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 Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov and John Flannery, Contracting Officer, at John.Flannery@nih.gov 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. Note: 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 cost-reimbursement type contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-14-0024/listing.html)
 
Place of Performance
Address: 251 Bayview Boulevard, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03255812-W 20131221/131219235233-ac28f4b06f3852bbba109ca576661d07 (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.