Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
SOLICITATION NOTICE

A -- Clinical Site and Study Monitoring for Research Partnerships for Global Mental Health - RFQ NIHDA201800273-CSS

Notice Date
9/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
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
NIHDA201800273-CSS
 
Archive Date
10/5/2018
 
Point of Contact
Kenneth Goodling, Phone: 301.443.6677
 
E-Mail Address
kgoodlin@nida.nih.gov
(kgoodlin@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
HHS Subcontracting Plan Template Adequate Accounting System Privacy Act System of Records HHS IT Security Clauses FAR Clauses 52.212-4 and 52.212-5 Technical Evaluation Criteria Task Order 01 and TO Procedures Statement of Work 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. The solicitation number is NIHDA201800273-CSS 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 541720-Research and Development in the Social Sciences and Humanities and the small business size standard is $20.5 Million. SET-ASIDE STATUS This acquisition is full and open competition (unrestricted). 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 expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated August 22, 2018. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Mental Health (NIMH) Office for Research on Disparities and Global Mental Health (ORDGMH) coordinates the Institute's efforts to reduce mental health disparities within and beyond the United States. As part of the NIMH's Global Mental Health Research Strategy, ORDGMH sponsors research that addresses disparities in access to mental health care. The mental health treatment gap (i.e., the proportion of persons who need, but do not receive care) exists globally, and collateral issues in low-resource settings make closing the treatment gap especially challenging. More than 80% of the world's population lives in low- and middle-income countries (LMICs) and the burden of disease associated with mental illnesses in these countries is rising. As of 1 July 2016, the World Bank defines low-income countries (e.g., Chile, China, India, and Kenya) as those with a gross national income (GNI) per capita, calculated using the World Bank Atlas method, of $1,025 or less in 2015; lower middle-income countries are those with a GNI per capita between $1,026 and $4,03. Moreover, the gap between treatment need and the allocation of human, scientific, and fiscal resources for mental health care in LMICs is great. The median number of psychiatrists per 100,000 people is 0.05 in LMICs, compared to 8.6 in high-income countries. The need for rigorous mental health research is immense, and research activity in this area is disproportionately lower than for other areas of health. At the same time, financing for mental health is insufficient: on average, there is a 200-fold difference between investments in low-income and high-income countries. These situational factors require innovative solutions for scaling up evidence-based mental health care in LMICs. Purpose The purpose of this procurement is to acquire comprehensive clinical site and study monitoring services for a set of global mental health projects funded by the National institute of Mental Health (NIMH) and designed a) to increase the research base on scaling up the delivery of evidence-based mental health care in low- and middle-income countries, and b) to stimulate research partnerships that will conduct implementation research on closing health services gaps through expanded efforts to prevent, preempt, treat, manage, and otherwise minimize disability due to mental and substance use disorders. Examples of locations can be found here: Research Partnerships for Scaling Up Mental Health Interventions in Low-and Middle-Income Countries (U19) https://grants.nih.gov/grants/guide/pa-files/PAR-16-174.html (Reissue of RFA-MH-16-350) Implementation Science for the Prevention and Treatment of Mental and/or Substance Use Disorders in Low- and Middle-income Countries (U01) https://grants.nih.gov/grants/guide/rfa-files/RFA-MH-17-650.html Project Requirements See the attached Statement of Work (SOW) and proposed Task Order 01. Period of Performance Indefinite Delivery, Indefinite Quantity (IDIQ) award with an ordering period of 5 years beginning September 29, 2018 through September 28, 2023. The minimum guarantee is $50,000; the maximum is $1,500,000. Task Order 01 (attached) will be awarded with the Contract Award. The Task Order will have a 1-year performance period: September 29, 2018 - September 28, 2019. CONTRACT TYPE The Government anticipates the award of an IDIQ contract and further, that cost reimbursement task orders will be issued under the contract. Invoicing shall be in accordance with the Prompt Payment Act and payment shall be made via Electronic Funds Transfer (EFT). NOTE: FAR 16.301-3 limits use of any contract type, other than firm fixed price, to a contractor whose accounting system is adequate for determining costs applicable to the contract. To be considered for an award under this requirement, the Offeror is required to certify, in its proposal, the adequacy of its accounting system. (see Attachment, Accounting System, Financial Capacity and 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 Statement of Work. In addition, the quote must provide their company name, 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." TECHNICAL PROPOSAL Offerors may provide up to 30, 8.5 by 11-inch pages (using no less than 10 font size) as their proposal to be evaluated by the Source Evaluation Panel. The technical submission will address the Statement of Work and be responsive to the attached evaluation factors. The 30-page technical submission limitation does not include and is in addition to the pages relating to relevant resume credentials, draft training plan and the cost/pricing proposal. Technical submission pages in excess of this page limitation will not be considered. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. COST/PRICE PROPOSAL The cost/price proposal must be completed to include all costs related to the Statement of Work and the attached Task Order, including the hourly, daily and monthly rates, as appropriate, and all direct and indirect costs and fees. The cost/price proposal shall be submitted in the Microsoft Excel format. Cost will be evaluated in that they are reasonable in relation to the approach proposed. EVALUATION The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Approach; (2) Management Approach; (3) and Past Performance. Technical factors are paramount, when combined they will be considered more important than cost. (See Technical Evaluation Criteria attachment for details.) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDITIONAL INFORMATION The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. See Clauses attachment. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See clauses attachment. Information Security Clauses, attached to this solicitation, apply. Human subjects are involved. Please provide your Federal Wide Assurance (FWA) number established with the Office of Human Research Protections. Privacy Act is applicable. (See the attached System of Records Notice 09-25-0200) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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 price proposal must include labor costs, breakdown and rationale for other direct costs or materials, and the total amount. 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." QUESTIONS & ANSWERS Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the Contracting Officer, Kenneth E. Goodling, via email at kgoodlin@mail.nih.gov on or before Monday, September 17, 2018 at 11 AM EST. Late questions shall not be accepted. Questions will be anonymized and answered, and the answers will be provided as soon as possible after the question deadline via RFQ modification. Should no questions be received, no amendment shall be posted. CLOSING INFORMATION All responses must be received by 2:00 PM (EST), Thursday, September 20, 2018 and reference number NIHDA201800273. Responses may be submitted electronically to kgoodlin@mail.nih.gov. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800273-CSS/listing.html)
 
Record
SN05085435-W 20180914/180912230940-11aced39f78e2653a03c17eee3ae7fa5 (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.