Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOURCES SOUGHT

R -- Objective Physical Activity Monitoring in Percutaneous Coronary Intervention Patients

Notice Date
8/28/2015
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting 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-SS-2015-831
 
Archive Date
9/19/2015
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of all qualified companies technically capable of meeting the Government's requirement. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 541690 - Other Scientific and Technical Consulting Services with associated business size standard $15,000,000.00. PROJECT REQUIREMENTS The National Institute of Aging (NIA) is one of 27 Institute Centers at the National Institutes of Health (NIH) committed to making important discoveries that improve health and save lives. The Laboratory of Epidemiology and Population Science (LEPS) is contained within the Intramural Research Program (IRP) of the NIA and seeks to plan, conduct, and direct epidemiology, demography, and biometry programs relevant to the mission of the NIA. LEPS collects and analyzes data regarding the distribution of the aged by such categories as sex, race, socioeconomic, and demographic characteristics and serves as a focal point for these data; and plans, initiates, coordinates, and analyzes national and international epidemiologic longitudinal studies and studies of special populations. LEPS recommends priorities and develops epidemiologic studies of specific diseases and conditions affecting the aged in collaboration with NIA staff and other Institute Centers and scientific organizations. LEPS is engaged in a pilot study in which subjects are monitored via wrist worn accelerometers for objective physical activity while undergoing Percutaneous Coronary Intervention. Objective measurement of physical activity is developing quickly with innovations in the design of accelerometers. The accelerometers have increased capabilities for collection of information on the intensity, duration, patterns, and even type of movement. This potential requirement will work on completing a pilot test that uses accelerometry to assess function in a frail, free-living population undergoing the major medical intervention of a clinical trial. This phase of testing will assess the utility of accelerometry to capture clinically relevant change in patterns of daily activity by collecting longitudinal data on persons with coronary artery disease who will undergo elective percutaneous coronary intervention (PCI). LEPS has a potential requirement for a contractor to collect pilot data on objective physical activity monitoring in patients who undergo PCI. The requirement includes recruitment of participants and data collection. Up to 100 participants will be recruited for this project. It is anticipated that all will be at least age 65 or older. Recruitment will cover the range of presenting disease severity. The data from each monitor will be downloaded to a dedicated computer and backed up immediately. These data will be transmitted to the LEPS for quality control review. Specifically, the contractor will recruit participants and collect data over an extended period of follow-up, based on the participants' disease status and the intervention assignment in the existing clinical trial of which participants are already a part. Data collection shall be based on previous data collected on use of the ACTIV accelerometer used by subjects undergoing Transcatheter Aortic Valve Replacement (TAVR). Data collection during patient recovery (or follow-up) will vary dependent on the complexity of the patients' medical conditions at the time of the PCI (multi-morbidity, congestive heart failure, frailty, advanced age) and will also vary with the complexity of the intervention (chronically totally occluded coronary artery lesions, need for hemodynamic support, calcifications that require atherectomy, or multivessel PCI). A minimum of three months of follow-up time, during which participants will wear the accelerometers is required. The digital data from the acclerometry will be used by LEPS to create variables to characterize periods of physical activity, sedentariness, and sleep after PCI over the next three months. The Contractor will need to acquire ActiGraph accelerometers as part of this potential requirement. The purpose of this Sources Sought notice is to determine eligible sources with the capability of and experience in collecting and analyzing data collected in similar methods as demanded by this pilot study as described in this Sources Sought notice. The period of performance for this potential requirement is anticipated to be 12 months beginning on or around September 30, 2015. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service and the type of information sought. Failure to do so will be at your firm's own risk. Respondents must provide clear and convincing evidence of previous experience in performing the subject requirement and include published manuscripts in research or analyses conducted in the area of the subject announcement as part of their responses. Respondents must provide clear and convincing documentation of their capability in providing any other required supplies or services specified in or tangential to this notice. Respondents must provide a general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. The Respondent must also provide information in sufficient details of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, resumes or curriculum vitaes, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. The response must be received on or before September 4, 2015 at 4:30 pm, Eastern Time. CONCLUDING STATEMENTS Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-2015-831/listing.html)
 
Record
SN03860664-W 20150830/150828234718-5d2d7836b9eb24390ece6cea952199bb (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.