SOLICITATION NOTICE
R -- Research Data Review and Publication Support for NIDA IRP
- Notice Date
- 2/13/2015
- 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-15-144
- Archive Date
- 3/14/2015
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION 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-15-144 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541990 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is 100% set-aside for small businesses. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, dated December 26, 2014. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background A major research direction of the Drug Design and Synthesis Section (DDSS), in the Molecular Targets and Medications Discovery Branch (MTMDB) of the Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA), is the elucidation of the structure and function of neurotransmitter systems in the mammalian central nervous system (CNS) and the molecular mechanism of action of CNS active drugs. Organic/medicinal chemistry is the foundation of the multidisciplinary antagonists, imaging agents, affinity ligands, and other drugs for specific applications. New, highly selective ligands for drug receptors are synthesized, using all of the contemporary tools of medicinal chemistry. DDSS is involved with research on: (1) central opioid receptor subtypes and peripheral opioid receptors, (2) narcotic tolerance and dependence, (3) the synthesis of haptens for a heroin vaccine, and (4) the development of new ligands for positron emission tomography (PET) and single photon emission computed tomography (SPECT) imaging of drug receptors in the CNS of living animals and conscious humans. Potent and selective ligands are prepared for specific opioid receptors. We have provided tools for PET imaging of opioid receptors, purified the delta opioid receptor to homogeneity seven years prior to cloning, introduced corticotropin releasing hormone antagonists for study of stress-induced relapse to drug abuse and developed the NIH Opiate Total Synthesis. The latter renders the natural opiate enantiomers available independent of the opium poppy and thus offers poppy eradication a strategy to combat heroin abuse. It also provides unnatural opiates as valuable research tools and as potential agents for the treatment of drug abuse via functional antagonism of Toll-like 4 receptors. DDSS, MTMDB, is unique in its ability to forge ahead on these difficult and extremely important areas of science. It is essential that the research findings of DDSS, MTMDB, be made available to the scientific community by publication in highly rated journals. Purpose The purpose of this requirement is acquisition of contractor support services to ensure that scientific data obtained in the Section is published in refereed journals and interested DDSS postdoctoral scientists are acquainted about the publication process. Support is also required for consultation to assist the DDSS in ensuring that current and future research projects suitable for publication will be carried out. Support will be provided by the contractor to help postdoctoral fellows - the DDSS Visiting Fellows and IRTAs, mostly organic chemists (some of whom do not have English as their primary language), become more familiar with the writing of manuscripts in various scientific journals, and with the background of the research. The contractor will also aid with the presentation of posters and oral reports by postdoctoral fellows, and be available to provide support both onsite and/or through a home office via phone or email as approved by the Government. Project Requirements The Contractor shall perform the following tasks: 1) Dissemination of DDS Work The contractor will assist the Chief (DDSS, NIDA) to collect, review, and select DDSS research data to publish in first-rate, refereed scientific journals. The number of manuscripts is variable, and is dependent on the number and the output of the postdoctoral fellows. During the past 4 years, the Chief (DDSS, NIDA) has been a co-author on 94 publications. The contractor will also aid with the presentation of posters and oral reports by postdoctoral fellows, and will be available for consultation both onsite and/or through a home office via phone or email. A) Manuscript Preparation: The contractor shall assist with writing manuscripts for publication and training interested postdoctoral fellows to write. This will include assistance with the introduction, results and discussion, and conclusion, compilation of references and acknowledgement sections of a manuscript, as well as gathering of materials (e.g. CCDC numbers when necessary for publication) for all DDSS manuscripts. The postdoctoral fellows in DDSS will provide written experimental work needed for the manuscript to the contractor. a. The Contractor will assist with the creation of manuscripts including both text and visual elements using Microsoft Word, ChemDraw, Endnote, etc. The work must be compatible with the Apple operating system for Mac computers. b. The Contractor will provide support to modify the written experimental work provided by DDSS postdoctoral fellows for compliance with journal requirements, will examine the experimental work to assure that it is complete and sufficient for publication, and will request additional information from scientists when the Contractor or Chief (DDSS, NIDA) deems it necessary. c. The Contractor will provide support to ensure that all manuscripts are written in accordance with the requirements of the journals in which they shall be published, and proof read all manuscripts for spelling, grammar, and nomenclature. The journals will be chosen by joint agreement of the Chief (DDSS, NIDA), the author (s), the DDSS postdoctoral fellows involved. The Contractor may provide recommendations as requested. Journals for potential publication may include, but are not limited to, the Journal of Medicinal Chemistry, European Journal of Medicinal Chemistry, Journal of Organic Chemistry, Chirality, Bioorganic and Medicinal Chemistry, Organic Letters, Science, Helvetica, Tetrahedron, Organic and Biomolecular Chemistry, Heterocycles, Journal of Heterocyclic Chemistry, Synthesis, Journal of Labelled Compounds and Radiopharmaceuticals, Journal of Natural Products, Tetrahedron Letters. B) Manuscript Submission: a. The Contractor will assist postdoctoral fellows in the preparation of finalized manuscripts for journal submission. Manuscript articles are generally submitted online and submission cover letters drafted for approval by the Chief (DDSS, NIDA). The Contractor will submit manuscripts to journals for the Chief (DDSS, NIDA), and will teach interested postdoctoral fellows how publication is accomplished. b. The Contractor shall make as many unbound copies of the printed manuscript as needed (at this time one copy is needed), prior to submission to the journal and send the copy through the proper channels to the Chief of the Branch, for the Office of the Intramural Scientific Director, for approval. The Contractor shall also provide a copy of each submitted manuscript to each author, either by email or in printed form, as desired by the authors. c. The Contractor will provide support to ensure that all paperwork necessary to establish the manuscript as work of the US Government is completed. Generally this includes the NIH Publishing Agreement which will be filled out and provided to the Chief (DDSS, NIDA) or to the Chief of the Branch for signature, and sent by the Contractor to the journal, generally via an online site, or by whatever other means is deemed necessary. C) Manuscript Revision: a. Following journal review, the Contractor will assist postdoctoral fellows in the manuscript revision process, and provide answers, if needed, to any comments or questions from journal reviewers and via editorial review. The Contractor may contact the manuscript author(s) as necessary for assistance, and the Contractor will compile the information required for any needed revision. b. The Contractor will resubmit the revised manuscript, generally using the online site of the journal. Upon resubmission, the Contractor shall assist Government employees to write and include a letter for the Chief (DDSS, NIDA) to the journal editor explaining all revisions made to the manuscript. This entire process will also be used as a teaching tool for interested DDSS postdoctoral fellows who wish to become involved in the process. D) Manuscript Distribution Following manuscript acceptance and publication, the Contractor will ensure that the manuscript is forwarded to PubMed Central for publication in PubMed. The Contractor will be responsible for any manuscript changes needed for PubMed publication and will contact the authors as necessary for this purpose. 2. Poster and Oral Presentation Support a. The Contractor shall assist in examining and proofreading posters from postdoctoral fellows and shall provide recommendations as necessary. b. The Contractor shall assist with oral presentations of postdoctoral fellows and provide recommendations when necessary, especially for DDSS postdoctoral scientists for whom English is not their primary language. 3. Project Communication The Contractor shall be expected to meet with DDSS scientists formally or informally as necessary. A total of 3 or more on-site meetings per week is anticipated. Additionally, the Contractor shall be expected to discuss with the Chief, (DDSS, NIDA), possible current and future research topics that will have the potential for publication. The contractor shall also be expected to discuss with DDSS postdoctoral scientists the background and rationale for their work and assist in preparing them, if needed, to present their work to audiences at national and international scientific conferences and aid in their preparation of seminars/lectures for employment after they leave DDSS, NIDA. Government Furnished Equipment/Facilities: The Government will provide the experimental data necessary for manuscript creation and publication. Office space onsite with loaned equipment (computer/monitor/printer/scanner and software) will be provided to the Contractor and a laptop and printer will be loaned to the Contractor for offsite use, as necessary and approved. Copying equipment, mailing envelopes, will be provided onsite at DDSS. Online access to the NIH library will be provided to the Contractor. A parking permit onsite will be granted to enable the Contractor's work and discussions with the Chief (DDSS) and DDSS authors. Level of Effort The required level of effort is one (1) part-time individual at 20 hours per week. Period of Performance The period of performance shall be 05/01/2015 through 04/30/2016 with four (4) one-year option periods. Place of Performance Services shall generally be performed by the Contractor onsite at 9800 Medical Center Drive, Rockville, MD 20850 and the Government will provide the necessary resources and space. Off-site services may be performed if approved by the Government and in such case sufficient equipment (e.g. a laptop computer) will be loaned to the Contractor to enable home-based work whenever necessary. Contract Type The Government intends to issue a firm fixed price contract with options for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. FAR clauses 52.217-5, Evaluation of Options and 52.217-9, Option to Extend the Term of the Contract apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. QUESTION AND ANSWER PERIOD Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, at lauren.phelps@nih.gov by or before 5:00 PM on 2/18/2015. Late questions shall not be accepted. Questions will be anonymized and answered and the questions and answers will be provided to all contractors via solicitation amendment as soon as possible after the question deadline. In the event no questions are received, no amendment for questions and answers will be posted. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: Factor 1: Technical Capability The Offeror shall detail its technical capability to perform the required tasks identified in this statement of work. Technical capability must demonstrate the contractor's capabilities relevant to this requirement; specifically its ability to understand and recommend revisions to highly technical scientific research documents, ability to determine and assist with meeting various scientific Journal publication requirements, ability to assist in training scientists, including those for whom English is a second language, in writing scientific research documents for publication, and ability to communicate effectively with both Government and various journal publication staff. Contractor knowledge of the fields of organic and medicinal chemistry, spectroscopy, and pharmacology shall also be evaluated. Factor 2: Corporate Experience The offeror shall provide a list of two (2) contracts completed during the past five (5) years, similar in size and scope to the requirements outlined in the Statement of Work. Experience must be specific to health science research data review and publication. Offerors shall include the following information for each contract or purchase order listed: • Name of Contracting Organization • Contract Number • Contract Type • Total Contract Value • Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW • Contract Period of Performance RESPONSE FORMAT 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. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and shall not exceed 12 single-sided pages. The price quotation must include annual pricing for the base and option periods as well as the hourly rate used to calculate this pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." Note 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-144. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-144/listing.html)
- Place of Performance
- Address: Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN03642977-W 20150215/150213235313-f63e6cb7f13267cc327ea03065571321 (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 |