SOLICITATION NOTICE
B -- Two Autism Reseachers
- Notice Date
- 9/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- 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-CSS-14-675
- Archive Date
- 9/27/2014
- Point of Contact
- Megan Ault,
- E-Mail Address
-
megan.ault@nih.gov
(megan.ault@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- (i)This is a combined synopsis/solicitation for commercial services 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-NIDA-CSS-14-675 and the solicitation is issued as a request for proposal (RFP). 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; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated January 25, 2014. (iv)A notice regarding any set-aside restrictions, the associated NAICS code 541720 - Research and Development in the Social Sciences and Humanities and the small business size standard is $20.5 Million. (v)Two Autism Researchers (vi)Background, purpose and objectives The Section of Cognitive Neuropsychology, LBC National Institute of Mental Health (NIMH-DIRP), has an autism research program that operates multi-faceted investigations of the brain in autism through neurogenetic, functional and structural imaging, neurocognitive and diagnostic characterizations of children and young adults on the autism spectrum (vii)General scope of work The National Institute of Mental Health (NIMH) Section of Cognitive Neuropsychology has a requirement for two (2) autism researcher to provide assistance and be subject matter experts during the program. NIMH has an autism research program that operates multi-faceted investigations of the brain in autism through neurogenetic, functional and structural imaging, neurocognitive and diagnostic characterizations of children and young adults on the autism spectrum. 1.The contractor shall be responsible for providing the following tasks: 2.Clinical and Research valid diagnostic characterization of participants in the studies who have an autism spectrum disorder. 3.Consult regarding autism specific features and questions to be investigated. 4.Development of neurocognitive paradigms to measure clinically relevant features in autism. 5.Collect and input to a database of cognitive data for phenotyping and hypothesis generation. 6.Dissemination of scientific findings (viii)Government Responsibilities The government will provide workspace, desktop computers and telephones for two contractor personnel. (ix)Travel The principal place of performance is NIMH Building 10 ACRF, Room 4C-101, 10 Center Drive, Bethesda, MD 20892. Accordingly, reimbursable travel and per diem for the contractor's employees performing work on a regular basis at this place of performance is not authorized. Any changes to this must be approved in advance by the contracting officer. (x)Key Personnel The following positions are considered "Key Personnel" in support of this contract initiative. The listing of key personnel will become part of contract. 1. Pediatric Neuropsychologist: Ph.D Clinical Psychology; 20+ years of experience as a pediatric neuropsychologist, 10+ years of experience working with children diagnosed with autism spectrum disorders. 2. Psychology Investigator: Ph.D Clinical Psychology; 5 years of experience studying autism and developmental disabilities with a focus on pediatric autism. The proposed key personnel will become subject to the provisions of Health and Human Services Acquisition Regulation (HHSAR) Clause HHSAR 352.242-70 KEY PERSONNEL, HHSAR 352.242-70 (January 2006) a.The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to diverting any of the specified individuals to other programs or contracts (or as soon as possible, if an individual must be replaced, for example, as a result of leaving the employ of the Contractor), the Contractor shall notify the Contracting Officer and shall submit comprehensive justification for the diversion or replacement request (including proposed substitutions for key personnel) to permit evaluation by the Government of the impact on performance under this contract. The Contractor shall not divert or otherwise replace any key personnel without the written consent of the Contracting Officer. The Government may modify the contract to add or delete key personnel at the request of the Contractor or Government. (End of Clause) (xi)Contracting Officer's Representative (COR) The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. (xii)It is expected that the period of performance shall be from September 30, 2014 through September 29, 2015. (xiii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xiv)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical when combined is more important when compared to price. The following factors shall be used to evaluate offers: (1)Technical Capability - The offeror must respond with a proposal; indicating the ability to provide the requirements in its solicitation. (2)Price - The price proposal must include the hourly labor rates for each researcher described in this solicitation. (b) A written notice of award or acceptance of an offer emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xv)The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xvi)FAR clause at 52.213-4, Terms and Conditions - Simplified Acquisitions (Other than Commercial Items), applies to this acquisition. An addendum to FAR clause 52.213-4, Terms and Conditions - Simplified Acquisitions (Other than Commercial Items) applies to this acquisition. The addendum includes the following FAR Clauses and provisions, and terms and conditions: (a)52.217-9, Option to Extend the Term of the Contract (Mar 2000) (b)HHSAR 352.239-70, Standard for Security Configuration (c)HHSAR 352.239-71 Standard for Encryption Language (d)HHSAR 352.239-73(a), Electronic and Information Technology Accessibility (e)Homeland Security Presidential Directive (HSPD)-12 (f)Federal Information Security Management Act of 2002 (P.L. 107-347) (FISMA) (xvii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xviii)There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xix)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xx)Responses to this RFP will be accepted from ALL responsible offerors. Responses to this RFQ must not exceed a combined 10 pages in length, inclusive of appendices. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by September 12, 2014, 11:00 a.m., Eastern Standard Time, and must reference number HHS-NIH-NIDA-CSS-14-675. Responses may be submitted electronically to Megan Ault, Contract Specialist at megan.ault@nih.gov. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-675/listing.html)
- Place of Performance
- Address: NIMH SECTION ON COGNITIVE NEUROPSYCHOLOGY, BG 10 RM 4C104, 10 CENTER DR, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03493834-W 20140905/140904000147-dae6cd8f63a6316fd6f15a5194025086 (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 |