Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 02, 2014 FBO #4695
SOLICITATION NOTICE

R -- Cardiovascular Testing Interpretation for the Intramural Research Program of the National Institute on Aging (NIA)

Notice Date
9/30/2014
 
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 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-15-002
 
Archive Date
10/25/2014
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780, ,
 
E-Mail Address
hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@mail.nih.gov
(hunter.tjugum@nih.gov, NIDASSSAPurchaseRequ@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 HHS-NIH-NIDA-SSSA-CSS-15-002 and the solicitation is issued as a Request For Quotation (RFQ). This acquisition is for a commercial 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 (SAT). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated 25 JULY 2014. The associated NAICS code is 541990 All Other Professional, Scientific and Technical Services with associated small business size standard $15.0 million. This requirement is released on a restricted basis to Small Businesses. PROJECT DESCRIPTION Background, purpose and objectives: The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) at the NIA provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research. The Baltimore Longitudinal Study of Aging (BLSA) in the IRP at NIA studies age-related changes in medical, physiological, cognitive and physical functioning across the adult life span. The IRP has and continues to operate the BLSA, America's longest-running scientific study of human aging which begun in 1958. The main emphasis of the study has been to characterize how an individual ages across the adult life span. BLSA participants come to the BLSA on a regular schedule for testing designed to predict normal as well as pathological aging. Results from the BLSA are used by many of the NIA laboratories in the preparation of analyses, presentations and manuscripts. An important component of these investigations is to provide complete and accurate BLSA reports. This cohort study has continually recruited subjects from its onset. Over the years, changes have occurred in research questions and the measurements derived from the research participants. Since 2003, a uniform set of measures has been longitudinally utilized that is similar to what is used in many epidemiological studies. General Scope of Work: NIA has a requirement to obtain the services of a clinician trained in cardiovascular medicine to interpret cardiovascular studies performed at the Clinical Center of the National Institute on Aging (NIA). This will 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, which performs routine testing of BLSA exams and selected interventional trials. Contractor requirements and tasks to be performed: Provide evidence of, or possess the ability to obtain, malpractice insurance within 15 days after award of any purchase order resulting from this solicitation. Provide measurement oversight and interpretation of resting electrocardiograms using the BLSA-modified Minnesota coding system and recorded using the center's electronic reporting system Oversee measurement of echocardiographic studies and clinical assessment of any significantly abnormal results. Results will be entered into Xcelera-reporting system. Oversee measurement of carotid artery intimal medial thickness measurements and their inclusion into the BLSA dataset. Provide oversight and maintenance of datasets for Pulse Wave Velocity study measurements 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. Provide clinical assessment of processed ambulatory Holter reports and ensure that data is efficiently imported into the BLSA study database. Oversee management and function of the electronic cardiovascular test reporting system in cooperation with the Information Technology department Review and provide a response within 24 hours of receiving notification via email of an urgent case requiring review for cases deemed urgent by in-house clinical staff, whereas the Government will provide all available data/testing information to the contractor. Period of Performance: The period of performance shall be effective on or around October 15, 2014 through October 14, 2015. The government estimates approximately 1,250 hours of effort is required to accomplish the statement of work in this one-year period of performance, or approximately 25 hours per week. Place of Performance: The anticipated place of performance shall primarily include the location determined by the Government at Harbor Hospital, 3001 S. Hanover Street, Baltimore, MD 21225 and the BRC, 251 Bayview Blvd., Suite 100, Baltimore, MD 21224. The contractor shall perform the work as directed at the convenience of the Clinical Director at NIA. The contractor may perform the duties remotely using the center's electronic study reporting system. Deliverables and Reporting requirements: The contractor will report by email, teleconference or in person regarding progress toward the stated goals and objectives. The reports shall identify any problems that emerged and their resolution, or plans for resolution. The contractor is required to provide written progress reports weekly during the contract period. The progress report shall cover all work completed during the specified period and shall present the work to be accomplished during the subsequent period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved and provide an explanation. Government's responsibilities: 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 Contracting Officer's Representative (COR) will be 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. Technical Evaluation criteria: Offerors may respond with a proposal indicating their ability to provide the technical requirements stated in this solicitation. Responses from Offerors will be evaluated on the following criteria: Prior knowledge of, and experience with, the preparation of longitudinal data in SAS databases suitable for analysis by mixed model based approaches. Publication of longitudinal studies of aging related to cardiovascular changes Offerors will be evaluated on past performance for work on government or commercial contracts for similar requirements in the past two (2) years. Offerors shall propose a fixed-hourly rate. The hourly rate must be a fully loaded labor rate inclusive of all direct costs, indirect cost, overhead, and profit or fee. Offeror must also include a breakdown of how the fully loaded hourly rate was determined. Responses to this RFQ must not exceed a combined 25 pages in length, inclusive of appendices, and be submitted in Microsoft Word or searchable PDF format in a font size of 11 or 12 point and font type of Arial or Times New Romans. Margins must be 1-inch wide (top, bottom, left, and right). Responses must references this solicitation number and include the name of the contractor. Pages in excess of the specified page limit will not be considered or evaluated. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the 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. 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 no later than the response deadline indicated on October 10, 2014, 4:00 pm Eastern time. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-002. Responses may be submitted electronically to Hunter.Tjugum@nih.gov and to NIDASSSAPurchaseRequ@mail.nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at (301) 435-8780.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-002/listing.html)
 
Record
SN03537653-W 20141002/140930235822-aeb7aa7a60b070021dde2b257cadc46b (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.