Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2016 FBO #5476
SOLICITATION NOTICE

B -- Health Communication in the Era of Genomics and Precision Medicine

Notice Date
11/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO72503-36
 
Archive Date
12/14/2016
 
Point of Contact
David H. Romley, Phone: 2402767822
 
E-Mail Address
david.romley@nih.gov
(david.romley@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Health Communication in the Era of Genomics and Precision Medicine General Information: Document Type: Combined Synopsis/ Solicitation Notice Solicitation Number: N02CO72503-36 Proposed Posted Date: 11/18/2016 Proposed Response Date: 11/29/2016 12:00PM EST Classification Code: B - Special Studies and Analysis - not R&D NAICS Code: 611310 - Colleges, Universities, and Professional Schools Business Size Standard: 2800 Employees Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E226, Rockville, MD 20850, United States. Description The contractor shall fulfill the following objectives related to this project: o Design and implement a systematic literature review together with staff in DCCPS, to examine the state of the science regarding the communication of genetic risk information across the cancer control continuum, from cancer prevention to end-of-life care. o Organize and analyze the findings of the literature review according to theoretical frameworks of health and risk communication. o The following specific tasks will be carried out: o Establish overarching research questions o Develop search protocol based on best practices in systematic reviews, including identifying inclusion and exclusion criteria o Develop data extraction reports o Select key words o Pilot the search strategy o Execute the title search in multiple databases o Review titles and abstracts in team of two to select related papers o Conduct full review of papers in teams of two to identify final sample o Synthesize the findings in tables and text o Prepare a written report of the findings Background With the growing importance of personalized medicine and new initiatives in Precision Medicine, it is critical to examine the current state of evidence regarding communication of genetic and genomic information and, based on this evidence, to set priorities for future health and risk communication research in this area. Purpose The NCI requires a systematic review summarizing and synthesizing current state of the science and practice at the intersection of communication and Precision Medicine in cancer. The purpose of the contract is to support a comprehensive review of the current literature-in published research as well as marketing practices-in communicating with patients and the public about cancer genetic/genomic testing, paying particular attention to multigene panels and direct-to-consumer (DTC) products and highlighting priorities for future research. The review also will identify research gaps. Deliverables The contractor shall provide the Contracting Officer's Representative (COR): o Ongoing updates and discussions of literature review process (due within l0 months of contract award) o A written report summarizing the systematic literature review (anticipated completion and submission for peer-review due within ll months of contract award) Ownership of Information Information created, captured, or stored and required to support the services of this contract will become the property of the Government and NCI during and at the conclusion of contract. The contractor shall not share information collected by NCI with other organizations or companies without prior approval from the NCI COR with concurrence of the Contracting Officer. Period of Performance The period of performance is November 2016 to September 2017. Payment Schedule Payment is contingent upon receipt of an invoice at the completion of the deliverables. The COR will approve payment to the contractor upon completion and approval of the deliverable(s) and invoice(s) per the attached Invoice and Payment Provisions. Inspection and Acceptance Requirements The Contractor's deliverables will be subject to the review and approval of the NCI COR. The COR will review all deliverables produced during the performance period, provide feedback to the contractor, and determine acceptability of the review progress and final paper based on the specifications in the above Statement of Work. The COR will approve payment to the contractor upon completion and approval of the deliverables and invoice(s). Clauses and Provisions The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instruction to Offerors Commercial Items (OCT 2015) FAR 52.212-2 Evaluation Commercial Items (OCT 2014) FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (APR 2016) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (MAR 2016). The following additional far clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8 Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-1 Buy American Act - Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-5 Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332). FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quote. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quote. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Jolomi Omatete, Contract Specialist at jolomi.omatete@nih.gov. HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015) HHSAR 352.208-70 PRINTING AND DUPLICATION (DEC 2015) HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224-71 CONFIDENTIAL INFORMATION (DEC 2015) Submission Information Proposals must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Contract Specialist, David Romley, at David.Romley@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 12:00 PM EST on Tuesday, November 22, 2016. Quotes must be submitted electronically (via email) to Contract Specialist, David Romley at David.Romley@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 12:00 PM EST, on Tuesday, November 29, 2016. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: N02CO72503-36 on all correspondence. Evaluation Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) quote; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. A technically acceptable quote is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Quotes that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received Price Proposal The Offeror shall prepare a price proposal that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO72503-36/listing.html)
 
Place of Performance
Address: 9609 Medical Center Drive, 3E610, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04331737-W 20161120/161118234048-1b972b9aeb2ebe2ea2adc4d3e589603f (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.