Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2017 FBO #5552
SOLICITATION NOTICE

R -- Neuropsychology Consulting Support Services

Notice Date
2/2/2017
 
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, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-17-174
 
Archive Date
2/28/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
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-17-174 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 full and open, with no small business restrictions. 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 2005-95, dated January 19, 2017. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Intramural Program in particular conducts clinical trials in epilepsy, dementia, movement disorders and neuroinflammation that require understanding the effects of the disorders and treatments on the neuropsychological capacities of patients in these studies. Purpose The purpose of this requirement is acquisition of neuropsychology consulting support services for diagnosis and management of patients referred to the NINDS for neurological consultation and for provision of research testing support as part of clinical protocols. Project Requirements The Contractor shall provide the following neuropsychology consulting support services: •Perform neuropsychological testing of adults and children under the direction of Government staff. Testing shall include standard and customized tests of intelligence, personality, memory and learning for the diagnosis and treatment of adults and children in support of the NINDS intramural research program. •Development of new protocol-specific tests related to the specific protocol(s) under study and the individual being tested, in consultation with Government staff. Customized testing may include computerized batteries designed to address specific patient abilities, such as reaction time testing, smell testing, or speech measures. The Contractor will utilize knowledge of a broad range of neuropsychological testing and current literature to advise Government staff on appropriate testing options for achieving the protocol goals. •Conduct analysis and interpretation of test results consistent with best practices in the field of neuropsychology. •Prepare written reports and file with the referring physician and in the patient's electronic medical record. Reports shall include deliverables documenting all neuropsychological and psychological tests administered, individual performance on the tests as compared with normative data, interpretation of the data based on best practices in the neuropsychology field, and numerical test data for individual patients. •Assist in collation of research results for publication according to the timeline requested by the Government staff. Perform intraoperative neuropsychological testing and intracarotid amytal (Wada) procedures under the direction of Government staff. The actual medical procedures shall be performed by physicians however the neuropsychology consultant shall provide materials and assess language and memory during the procedures. Government Furnished Equipment/Facilities: The Government will provide scheduling support in arrangement of outpatient clinic rooms on an as needed basis. The Government will provide the contractor with a standard desk top computer along with necessary software as well as a Blackberry mobile device. Contract employee will provide all necessary supplies for the various types of testing required. Supplies shall include tests, scoring manuals, test records, and response forms. At the present moment, no equipment is required. Level of Effort The level of effort is estimated at one (1) contractor for a 500 labor hours during the base period of performance of this purchase order. 250 labor hours are estimated during each of the two 12-month option periods. DELIVERY OR DELIVERABLES DeliverablesPerformance StandardAcceptable Quality LevelMethod Used/Frequency •Neuropsychological testing including but not limited to standard and customized tests of intelligence, personality, memory and learning for the diagnosis and treatment of adults and children in support of the NINDS intramural research program. In accordance with statement of work: Daily98%Daily/Monthly •Development of new protocol-specific tests, selection and administration of neuropsychological tests suited to the protocol under study and the individual being testedIn accordance with statement of work: As needed95%Daily •Conduct analysis and interpretation of test results.In accordance with statement of work: Daily98%Daily/Monthly •Complete written report and file with the referring physician and in the medical record.In accordance with statement of work: Daily98%Daily/Monthly •Perform intraoperative neuropsychological testing and intracarotid amytal (Wada) procedure.In accordance with statement of work: Daily98%Daily/Monthly •Submission of invoice on a monthly base for approval and payment.In accordance with statement of work: Monthly95%Monthly REPORTING REQUIREMENTS Prepare written reports and file with the referring physician and in the patient's electronic medical record. Reports shall include deliverables documenting all neuropsychological and psychological tests administered, individual performance on the tests as compared with normative data, interpretation of the data based on best practices in the neuropsychology field, and numerical test data for individual patients. KEY PERSONNEL The Contractor employee working under this award shall be considered key personnel. Key Personnel requirements are as follows: •At least 10 years of experience in the methodology, design analysis, interpretation and reporting of diagnostic clinical neuropsychological tests in the research setting •Ability to design and customize neuropsychological tests and test panels specific to research needs of NINDS, as evidenced by inclusion as an investigator on one or more clinical protocol or publications. •A minimum of 5 years of experience in administering and interpretation of standard neuropsychological testing in adults and children. •Must be a licensed Clinical Neuropsychologist and be ability to meet requirements for credentialing as adjunct medical staff by the NIH Clinical Center (per NIH Clinical Center Medical Administrative Policy M90-5). •At least 10 years of experience with intraoperative neuropsychological testing and intracarotid amytal testing in patients with epilepsy and other neurological disorders. •Contractor must maintain credentialing by the NIH Clinical Center yearly and be up to date with certifications (CPR, Licenses renewals along with all other necessary credentialing material.) At this time NIMH is the responsible party for collaborating with NINDS to ensure the necessary requirements. 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 (including, when applicable, Human Subjects Testing requirements). 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. The following individual(s) is/are considered to be essential to the work being performed here under: Name Title To be determined in the contract awardNeuropsychologist It is required that all contractors involved with the NINDS community work collaboratively with federal staff and other contractors towards the NINDS mission and other affected organizations and follow the direction of the Contracting Officer's Representative (COR), and/or the designated Federal Project Manager(s)/Lead(s). This collaboration includes day-to-day activities, support, development, knowledge transfer and creating and sharing documentation when required. The Contractor must obtain approved access to the NIH campus and approved access to the clinical research database and folder on the intramural NINDS server. The Contractor will utilize NIH email and computers. The Contractor shall comply with all applicable homeland Security regulations and procedures during the performance of this task order. Security and confidentiality of patient information must be observed according to the Federal Privacy Act. The contractor shall not disclose and must safeguard procurement sensitive information computer systems and data, privacy act data, and Government personnel work products that are obtained or generated in the performance of this task order. If necessary, the contractor will be required to provide clearances for personnel requiring access to Government computer and workstations. NIH ID must be worn at all times when performing work. Work may be performed at bedside or in the intensive care unit. Universal precautions and infection control policies on the Clinical Center must be observed. The Contractor shall successfully complete the required on line training in such cases of toxic spills, hazardous situations and body fluid exposure. Contractor shall be informed of the appropriate procedures for reporting any and all patient coded emergencies. These instructions include calling the emergency number 111, reporting the necessary information, the Unit, Room Number, and Phone Number; rather the patient is a child or adult. The caller will remain on the line until instructed otherwise via the emergency team at which time will instruct the caller to hang up and initiate Code Blue light; caller will then wait for emergency staff arrival. Period of Performance The period of performance for this requirement shall be as follows: Base: February 17, 2017 through February 16, 2018 Option 1: February 17, 2018 through February 16, 2019 Option 2: February 17, 2019 through February 16, 2020 The place of performance shall be the NIH Clinical Center located on 10 Center Drive, Room 6-5700, Bethesda, Maryland, 20892. The contractor is required to work on-site. Contract Type The Government intends to issue a firm fixed price contract with one 12-month base and two 12-month option periods for this requirement. Data Rights The NINDS shall have unlimited rights to and ownership of all deliverables provided under this procurement including reports, analyses, recommendations, briefings, work plans, created SOPs and all other deliverables. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General," is hereby incorporated by reference and shall be made a part of any resulting contract/order. 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 the 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 Acquisitions Regulations (FAR). 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. 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 (JAN 2017), applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items (OCT 2014) applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), 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 (JAN 2017) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) apply to this acquisition. FAR clauses 52.217-5, Evaluation of Options (JULY 1990) and 52.217-9, Option to Extend the Term of the Contract (MAR 2000) apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (OCT 2014) 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 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. The Contractor shall provide evidence of their capabilities in relation to adult and child neuropsychological testing, protocol development and intraoperative neuropsychological testing. The Contractor shall address, in their proposal, their background in performing intracarotid and amytal procedures in accordance with the statement of work requirements. Factor 2: Key Personnel Qualifications 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, as well as copies of current certifications relevant to the key personnel qualifications. Factor 3: Past Performance 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: a.Name of Organization b.Description of Contractor's responsibilities as they relate to this SOW c.Contract Period of Performance d.Contact Name and Title e.Telephone Number f.E-mail address Past Performance shall be evaluated for relevance to the current requirement. Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High 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 10 single-sided pages excluding any attachments (for example CV). 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-17-174. Responses shall be submitted electronically via email to Jermaine Duncan, Contract Specialist, at jermaine.duncan@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-17-174/listing.html)
 
Record
SN04389093-W 20170204/170202234739-ae7ba00275f8a3e04d552814290b3272 (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.