Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2014 FBO #4642
SOLICITATION NOTICE

R -- Recruitment of internal medicine and family medicine

Notice Date
8/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHS-NIH-NHLBI-CSB-2014-213-DLM
 
Archive Date
9/3/2014
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) "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." (ii) The solicitation number is HHS-NIH-NHLBI-CSB-(HG)-2014-213-DLM and the solicitation is being posted as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, July 25, 2014. (iv) There are no set-aside restrictions, the associated NAICS code is 541990 All Other Professional, Scientific and Technical Services and the small business size standard is $14.0M. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. This requirement is under the Simplified Acquisition Threshold (SAT) of $150,000.00. The Study has already been developed and approved by the NHGRI Institutional Review Board (IRB) Number: 14-HG-N075. (v) Purchase Order Line items: 1. To manage recruitment of internal medicine and family medicine physicians (II and III year residents) to participate in the study; and 2. Research Study Participants will be provided an Incentive in the amount of $100.00 each. (200 Participants Expected for this Study) 3. Recruit 200 Participants in five geographic locations. Locations: Seattle, Washington; Detroit, Michigan; Atlanta, Georgia; Boston, MA; and Baltimore, MD. 4. Contract fo space in each geographi location to conduct the study; and 5. To liaison with the research team for the research protocol on study design, recruitment strategies and data collection. The National Institute of Health (NIH) is the nation's leading medical research agency and the primary Federal agency mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Human Genome Research Institute's Division of Intramural Research plans and conducts a broad program of laboratory, clinical and social science research to translate genomic and genetic research into a greater understanding of human genetic disease, and to develop better methods for the detection, prevention and treatment of heritable and genetic disorders Social & Behavioral Research Branch (SBRB has the overarching and broad objective to investigate social and behavioral factors that facilitate the translation of genomic discoveries for health promotion, disease prevention, and health care improvements. This research encompasses four conceptual domains: (1) testing the effectiveness of strategies for communicating information about genetic risks; (2) developing and evaluating behavioral interventions; (3) using genomic discoveries in clinical practice; and (4) understanding the social, ethical, and policy implications of genomic research. The Bonham lab is conducting a study to examine factors related to primary care physicians' decision making around pharmacogenetic testing for warfarin response. Warfarin is a commonly prescribed anticoagulant (blood thinner) medication and it is one of the few drugs in primary care practice for which genotype-guided drug dosing is available in clinical practice. Warfarin is also difficult for primary care physicians to manage, as the dose necessary to remain in a therapeutic range of anticoagulation varies widely. Patients' responses to warfarin are affected by several variables, including age, sex, diet, and genetic makeup. Pharmacogenetic testing for warfarin response is one tool to help primary care physicians better manage warfarin dose. This kind of testing is not widely used in clinical practice due to a lack of scientific evidence that primary clinical outcomes are improved, although there are ongoing clinical trials pharmacogenetic testing is currently left to individual primary care physicians. This study will use a virtual clinical interaction experiment to assess primary care physicians knowledge of the clinical utility of genotype guided dosing of warfarin and the current research in its effectiveness. The study will also explore how physicians interact with and make decisions about warfarin dosing in patients of diverse racial and socioeconomic (SES) groups. Objectives: The Object of this contract is to manage recruitment of internal medicine and family medicine physicians (II and III year residents) to participate in the study. Identify and lease data collection facilities or research space within the five geographic locations 40 individuals per site in the United States to conduct the study. Locations: Seattle, Washington; Detroit, Michigan; Atlanta, Georgia; Boston, MA; and Baltimore MD to conduct the study. The Contractor shall : • Become familiar with all aspects of the Personalized Medicine Decision-Making in a Virtual Clinical Setting Project; • Recruit 200 participants in five geographic locations. Locations: Seattle, Washington; Detroit, Michigan; Atlanta, Georgia; Boston, MA; and Baltimore, MD. • Contract for space in each geographic location to conduct the study; and • To liaison with the research team for the research protocol on study design, recruitment strategies, and data collection. vi. Place of Performance will be held at NIH Location at Bethesda, Maryland. vii. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. viii. EVALUATION OF PROPOSALS : The Government will evaluate proposals that are determined technically acceptable in accordance with the Technical Evaluation factors. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract. Evaluation of Proposals : The Government reserves the right to make an award without discussions based solely upon initial proposals. EVALUATION FACTORS: 1. Contractor shall have previous experience in recruitment of study participants from different backgrounds including individuals with professional occupations. 2. Contractor shall have experience in identifying and working with data collection sites outside of the geographic area of their home office and facilities. 3. Contractors shall have experience managing study operations including data collection, recruitment, and communication with study participants, IRBs and study researchers. A. Price (This will be Firm-Fixed Price): An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). ix. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. The proposal must reference the RFP Number: HHS-NIH-NHLBI-CSB-(HG)-2014-213-DLM. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. All proposals shall contain the following: 1. Name of Contracting Organization; 2. Solicitation number; 3. Contract Type; 4. Total Contract Value and Discounts; 5. Description of Requirement; 6. North American Industry Classification System (NAICS) Code; and 7. DUNS Number. x. In accordance to FAR clause 52.212-2, Evaluation - Commercial Items xi. In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on- line at https://www.sam.gov/portal/public/SAM/. xii. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. xiii. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this Acquisition. Additional FAR Clauses include: FAR clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). FAR clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG2011). FAR clause 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL2013) (31 U.S.C. 3332). xiiii. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. xv. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. xvi. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Offers are due by 7:30 A.M. Eastern Time (EST) on August 19, 2014. Proposals can be emailed to the Contracting Specialist, Dorothy Maxwell at maxwelld@mail.nih.gov; Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-2014-213-DLM/listing.html)
 
Place of Performance
Address: NIH/Bethesda, Maryland, United States
 
Record
SN03458368-W 20140810/140808235532-f78ba9b2bb3ea0244eaa54328ff3e77a (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.