SOLICITATION NOTICE
R -- Cardiology Consulting Support Services for the National Institute on Aging
- Notice Date
- 10/13/2016
- Notice Type
- Combined Synopsis/Solicitation
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-17-013
- Archive Date
- 11/5/2016
- Point of Contact
- Brian Lind, Phone: 301-827-5298, Lauren M. Phelps, Phone: 301-480-2453
- E-Mail Address
-
lindbj@nida.nih.gov, lauren.phelps@nih.gov
(lindbj@nida.nih.gov, lauren.phelps@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Cardiology Consulting Support Services for the National Institute on Aging Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-17-013 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-17-013 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 541690 with a Size Standard of $15 Million. 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 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and IS NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91, dated September 30, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute on Aging (NIA) Intramural Research Program (IRP) program operates the Baltimore Longitudinal Study of Aging (BLSA), America's longest-running scientific study of human aging which began in 1958. The focus of the study is to characterize how an individual ages across the adult life span and individuals have been continually recruited for participation since its initiation. The study measures and interprets data in a number of health subjects, including cardiovascular health. Purpose The purpose of this requirement is to acquire the consulting support services of an expert in clinical cardiovascular research to assist with coding, interpretation, and quality control of scientific data on cardiovascular diseases generated by the clinical research program of the NIA for the BLSA. Project Requirements The contractor shall provide the following cardiovascular consulting support services: •Provide coding, interpretation, data management, and quality control of resting electrocardiograms using the BLSA-modified Minnesota Coding System. Data and results shall be recorded using the NIA electronic reporting system. •Provide coding, interpretation, data management, and quality control of echocardiographs. Data and results shall be recorded in the Intellispace Cardiovascular reporting system owned and used by the NIA. •Provide coding, interpretation, data management, and quality control of carotid artery intimal medial thickness measurements. •Provide coding, interpretation, data management, and quality control of Pulse Wave Velocity measurements •Provide coding, interpretation, data management, and quality control of treadmill stress testing results using the BLSA-modified Minnesota coding system for ischemia, arrhythmia, and relevant electrocardiographic abnormalities using the NIA electronic reporting system. •Provide coding, interpretation, data management, and quality control for ambulatory Holter reports and ensure that data is efficiently imported into the BLSA study database. •Assist in oversight of the management and function of the NIA electronic cardiovascular test reporting system in cooperation with the NIA Information Technology department. •Provide weekly written progress reports to the Contracting Officer's Representative which describe all work completed during the specified period and present all work to be accomplished during the subsequent period. Reports shall identify any difficulties that arose in the performance of the required tasks during the specified period as well as how difficulties were resolved. Should any difficulties not have been resolved, the report shall provide an explanation and plans for full resolution. Level of Effort The NIH estimates that the level of effort for this requirement shall be one (1) contractor employee on a part-time basis for up to 1,250 hours per contract period of performance. The contractor employee shall be considered key personnel. Key Personnel Requirements: The contractor employee providing service shall be considered key personnel. The contractor employee must meet the follow key personnel requirements: •Must be a licensed medical doctor with at least five (5) years of experience in cardiovascular research efforts. •Must have at least five (5) years of experience in the preparation of longitudinal research study data into SAS databases suitable for analysis by mixed model based approaches. •Must hold malpractice insurance which provides coverage through the base period of performance. Documentation of malpractice insurance coverage shall be required for all optional periods of performance, if exercised, as well. The proposed Key Personnel will become subject to the provisions of Health and Human Services Acquisition Regulation (HHSAR) Clause HHSAR 352.237-75 Key Personnel as follows: The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract. If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties. Non-Personal Service Statement: The contract employee performing services will be controlled, directed and supervised at all times by management personnel of the contractor. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations (FAR). Period of Performance The period of performance shall be a one year base period from October 28, 2016 through October 27, 2017. Place of Performance The contractor shall provide services at the following Government sites, as well as the contractor's site: 3001 S. Hanover Street Baltimore, MD 21225, and; 251 Bayview Boulevard, Suite 100 Baltimore, MD 21224 Contract Type The Government intends to issue a firm fixed price order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). 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 1) a technical response and 2) a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to thirty (30) single-sided pages. The price quotation must include an hourly rate as well as extended pricing for the full level of effort. 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." EVALUATION CRITERIA The Government will award a purchase order resulting from this requirement 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: 1.Factor 1: Technical Capability - 50 Points The Contractor's proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the statement of work and compliance with requirements. 2.Factor 2: Key Personnel Qualifications - 25 Points Offerors proposals shall be evaluated for level of conformance to the key personnel qualifications identified in this statement of work. Offeror proposals must contain a resume/CV. Exceeding requirements shall be viewed favorably. 3.Factor 3: Past Performance - 25 Points The Contractor shall provide a list of two (2) past performance references with knowledge of the contractor's relevant skills and experience related to the requirements outlined in this Statement of Work. References shall include the following information: i.Name of Organization ii.Type of Work Performed iii.Contract Period of Performance iv.Contact Name and Title v.Telephone Number Past Performance shall be evaluated for relevance to the current requirement. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (October 2015), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2016), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (September 2016) apply to this acquisition. 6. FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (April 1984) applies to this acquisition. 7.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." CONTRACTING OFFICER'S REPRESENTATIVE A Contracting Officer's Representative (COR) shall be assigned to the awarded contract. 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. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change the COR designation for this contract. CLOSING INFORMATION 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. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-17-013. Responses shall be submitted electronically via email to Ms. Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov and Mr. Brian Lind, Contract Specialist, at lindbj@nida.nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-17-013/listing.html)
- Place of Performance
- Address: Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04303943-W 20161015/161013234448-b02d065fcc2e9c99299698aad2508885 (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 |