Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2017 FBO #5710
SOURCES SOUGHT

A -- Management of the Primate Aging Database

Notice Date
7/10/2017
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
 
ZIP Code
20892-9661
 
Solicitation Number
HHS-NIH-NIDA(AG)-RDSS-17-025
 
Archive Date
8/11/2017
 
Point of Contact
Jon J. Gottschalk, Phone: 3014439456, Yvette Brown, Phone: 3014432696
 
E-Mail Address
jon.gottschalk@nih.gov, Yvette.Brown@nih.gov
(jon.gottschalk@nih.gov, Yvette.Brown@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Research and Development (R&D) 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 R&D requirement. Small Businesses are encouraged to respond. BACKGROUND The Primate Aging Database (PAD) is a searchable, web-based database developed to allow analysis of age-related traits in non-human primates (NHP). Currently, the database contains data from 46 species at 18 different institutions, comprising over 12,500 individual animals and 1,300,000 data points. About 80% of the data is from rhesus monkeys. Current data fields are primarily lifespan, body composition parameters, and blood chemistry parameters, although addition of other parameters is possible. The PAD is useful for analyses of species differences in normal aging processes, studies on biomarkers of normal aging and age-related pathologies, and determination of baseline levels in geriatric NHP colonies. In 2013, NIA awarded a 5-year contract for the maintenance of the PAD and this RFP is for development of a new contract to continue this resource. PURPOSE AND OBJECTIVES The objective of this contract is to host and maintain PAD on the Contractor's server, provide it to investigators in the research community, provide technical assistance with its use, and continue to add data on biological measurements in non-human primates. PROJECT REQUIREMENTS This will be a one (1) year plus four (4) option years, cost reimbursement contract under which the Contractor shall transfer PAD and the PAD customer database to a secure server at the Contractor's facility and maintain a back-up copy, provide all maintenance and repairs to keep the server functioning properly, up-grade the middleware to enhance security, provide the PAD to investigators in the research community via the password protected website, and evaluate all applications for a password to PAD to ensure the users are legitimate researchers. The Contractor shall provide technical assistance to investigators using PAD, through one-on-one consultations and refinements to the codebook, fix any reported problems with the PAD software and the hardware housing the database, and maintain viewer controls on access to data. In addition, the Contractor shall solicit new data from the research community, enter the data into PAD, and perform quality control analyses of the data. The Contractor shall maintain a back-up copy of the database, codebook and software to protect against accidental loss and provide security for all computers that contain copies of the database and all supporting information required by this statement of work, and advertise the PAD by demonstrations at scientific meetings. REPORTS/DELIVERABLES (1) Semi-annual progress reports shall be delivered within thirty (30) calendar days of the end of each six-month period of the contract. Semi-annual progress reports shall include any changes in Contractor personnel, the number of staff-hours committed to the contract project for the reporting period, the source and number of data points entered into the database for each species, a summary of revisions to the codebook completed during the reporting period, a list of investigators who received login passwords to the database, a list of publications resulting from use of the database, and any technical problems reported by investigators and how they were addressed. (2) A final report shall be submitted on or before completion of this contract. The final report shall include a summation of the work performed under the entire contract period of performance, including the number of data points entered for each species, investigators who received the database, publication resulting from use of the database, and any technical problems reported by investigators and how they were addressed. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is from 08/01/2018 through 07/31/2023. OTHER IMPORTANT CONSIDERATIONS The North American Industry Classification System (NAICS) Code 541990 with a size standard of $15.0 Million. CAPABILITY STATEMENT/INFORMATION SOUGHT Respondents to this notice must provide, as part of their responses, a capability statement to include the following: (1) information regarding 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; (2) respondents' 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, (4) any other information that may be helpful in developing or finalizing the OPDIV's acquisition requirement. INFORMATION SUBMISSION INSTRUCTIONS Respondents should provide responses accordingly: (1) submit information both electronically and by mail. No telephone or facsimile responses will be accepted; (2) format capability statements using Microsoft Word or Adobe PDF including attachments, resumes, charts, etc. Use single space, 12 font minimum and 8 ½ x 11 size paper; (3) organize material in such a manner that clearly identifies and address capability requirements and provide an executive summary; (4) capability statement should not exceed ten (10) single sided pages including references; (5) respondents must send two original copies via mail and one electronic copy via email; (6) RESPONSES SHOULD BE RECEIVED NO LATER THAN 4:00 PM Local Time on July 28, 2017; (7) include respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses; and (8) send responses to this notice via email to jon.gottschalk@nih.gov. The original statements mailed using the U.S. Postal Service should be sent to ATTN: Jon Gottschalk, National Institutes of Health, Office of Acquisitions - NIDA Neuroscience COAC, NIA R&D Contracts Management Section, 6001 Executive Boulevard, Room 8154, MSC 9661, Bethesda, MD 20892-9661. If using a courier service such as the UPS, Federal Express, etc., change the City, State and Zip Code to Rockville, MD 20852. (Please be aware that the U.S. Postal Service's "Express Mail" DOES NOT deliver to the Rockville, Maryland address.) 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). Contracting Office Address Contracts Management Branch 6001 Executive Blvd, Rm 8154, MSC 9661 Bethesda, Maryland 20892-9661 Primary Point of Contact Jon Gottschalk 6001 Executive Blvd, Rm 8154, MSC 9661 Bethesda, Maryland 20892-9661 jon.gottschalk@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHS-NIH-NIDA(AG)-RDSS-17-025 /listing.html)
 
Record
SN04572694-W 20170712/170710235124-dbf5075c3b75d5ae8fba0b63436f546d (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.