SOURCES SOUGHT
B -- Statistical Services in Support of NIA Laboratory of Cardiovascular Science
- Notice Date
- 5/18/2018
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA(AG)-SBSS-18-208
- Archive Date
- 6/9/2018
- Point of Contact
- Jon Gottschalk, Phone: 301.443.9456, Yvette Brown, Phone: 301-443-8402
- 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 Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small-disadvantaged business; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code may still submit a response to this notice. BACKGROUND The National Institutes of Health, National Institute on Aging, Laboratory of Cardiovascular Science has been involved in numerous studies that have spanned multiple decades. The proposed contractor should have access to unique knowledge and insights as well as abundant experience with the data being analyzed. Objectives are 1) To identify new common genetic variations with heart rate and perform in silico replication of genome-wide association data in SardiNIA and 32 community based European-ancestry cohorts; 2) to perform meta-analysis of genome-wide association (GWAS) results for PR interval modulation from community-based studies of European-ancestry individuals (PRIMA) for identification of underlying common genetic variation; 3) To identify common genetic variants associated with blood pressure variation; 4) To determine genetic determinants of changes in ambulatory blood pressure parameters; 5) To discover genetic factors significant in the electrocardiographic phenomenon of early repolarization. PROJECT REQUIREMENTS Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work: The purpose of the requirement is for Statistical Analyses. The technical work involves: constructing and cleaning data sets, performing basic analyses of the data, performing advanced analyses of the data, and constructing graphs to depict the results. The contractor shall collaborate with Laboratory of Cardiovascular Science (LCS) scientists on the following phases: Design; Analysis; Graphics; Writing - including initial drafts of methods and results sections and editing manuscripts to obtain the final submitted version. The contractor shall provide analyses of data from the following studies: Sardinia - Impact of hemodynamic parameters on incident kidney damage. MUGA - Longitudinal changes and cross-sectional differences in numberous variables at rest, at different sub-maximal workloads, and at peak exercise. BLSA - Longitudinal changes in carotid intimal medial thickness (IMT). Beat to beat variability of kinetic components of Ca2+ signaling and surface membrane functions and action potential cycle lengths in sinoatrial nodal pacemaker cells Large Artery Stiffness in Hypertension Marinobufagenin (MBG) as a marker of chronic kidney disease severity. The contractor shall perform the services on Government property- Room 08B127 of the Biomedical Research Center in Baltimore. The contractor shall provide the services using the computer and software provided by the LCS. The contractor shall be proficient with Microsoft Office, SAS, Sigma Plot, and R (a free software environment for statistical computing and graphics). The contractor shall provide technical consultation on complex statistical studies. The contractor shall provide technical assistance on complex statistical techniques. Deliverables: • Results, tables and graphs based on the statistical analysis performed • Manuscripts • Written monthly progress reports during the performance period. The progress reports should cover all work completed during the specified period and shall present the work to be accomplished during the subsequent period. The report shall also identify any problems that arose and a statement explaining how the problem was resolved. Key Criteria: - A Ph.D. or M.S. in statistics (or closely related discipline) - At least five years of experience with data analysis - Technical knowledge: data wrangling/munging; multiple linear regression; logistic regression; ANOVA models; ANCOVA models; generalized linear models; linear mixed-effects models (for analyzing longitudinal data); generalized linear mixed-effects models; survival analysis - Computational abilities: proficient in R and/or SAS The Government will provide a flexible workspace, laptop, and VPN access for one contractor. The principal place of performance is the NIA Biomedical Research Center in Baltimore, MD. Accordingly, reimbursable travel and per diem for the contractor's employees performing work on a regular basis at this place of performance is not authorized. Any changes to this must be approved in advance by the contracting officer. ANTICIPATED PERIOD OF PERFORMANCE The anticipated performance is for one 12-month base period of performance from July 1, 2018 to June 30, 2019 with the possibility of up to 2 additional option years. OTHER IMPORTANT CONSIDERATIONS The Government is expected to use procedures in FAR PART 12 & 13. The North American Industry Classification System (NAICS) code is 541611 with a size standard of $15.0 million. CAPABILITY STATEMENT/INFORMATION SOUGHT Please provide a capability statement, this includes: • Provide evidence the respondent has performed the services requested. • Provide evidence of similar previous contracts of research of the same magnitude. • Information regarding (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 project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your 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. Respondents should provide responses accordingly: (1) submit information electronically by email. No mail, 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 8.5 x 11 size paper; (3) organize material in such a manner that clearly identifies and addresses capability requirements and provide an executive summary; (4) capability statement should not exceed two pages not including the cover page, executive summary, or references; (5) RESPONSES SHOULD BE RECEIVED NO LATER THAN 4:00 PM EASTERN TIME ON May 25, 2018; (6) include respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and email addresses; and (7) send responses to this notice via email to jon.gottschalk@nih.gov. 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 presolicitation 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 nonproprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-SBSS-18-208/listing.html)
- Record
- SN04927478-W 20180520/180518230332-8c772b881bd6689becaae97cde6ff4d7 (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 |