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
MODIFICATION

A -- Development of Recommendations for Coding Across Cancer Reporting Systems for SEER

Notice Date
9/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
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
N02CO84106-33A
 
Archive Date
9/29/2018
 
Point of Contact
William T. Neal, Phone: 2402765433, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
william.neal@nih.gov, jolomi.omatete@nih.gov
(william.neal@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
General Information Title: Development of Recommendations for Coding Across Cancer Reporting Systems for SEER Document Type: Pre-solicitation Notice Solicitation Number: N02CO84106-33A Posted Date: 09/11/2018 Response Date: 09/14/2018 2:00 PM ET Classification Code: ADS26 NAICS Code: 541715- Research and Development in the Physical, Engineering and Life Sciences Contracting Office Address Data Quality Analysis & Interpretation Branch, Division of Cancer Control and Population Sciences, Surveillance Research Program at the Division of Cancer Control and Population Sciences (DCCPS) of NCI, Office of Acquisitions, 9609 Medical Center Drive, Room 1E148, Rockville, MD 20850, UNITED STATES Description The Department of Health and Human Services (DHHS), National Institute of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Molecular Imaging Program, plans to procure on a sole source basis one (1) high energy collimators for the NanoSPECT/CT from RIESSEARCH, LLC., 956 Farm Haven Drive, Rockville, MD 20852. Central to the NCI's surveillance enterprise system is the population-based high-quality SEER Program that covers 34% of the U.S. population. SEER collects information on incidence, survival, and prevalence from specific geographic areas and compiles reports on all of these areas plus cancer mortality for the entire U.S. Through special studies, linkage to regional and national data sources, as well as collaborations with other surveillance partners, senior leaders in the SEER Program have been at the forefront of the development and deployment of innovative data coding systems, applied information systems and technical tools, and analytical methodology to advance operations, quality, utility, performance, and interpretation of national cancer burden and progress built on the SEER Program. It also provides essential data to support research and decision-making across the NCI and collaborating organizations in the U.S. and around the world. SEER is recognized internationally as the gold standard for cancer surveillance systems. As our understanding of the biological and genetic determinants of cancer evolve, terminology and classification systems for characterizing the diagnosis and therapy for cancer will continue to change. The NCI SEER Program and associated surveillance systems will need to adapt data collection processes and cross-walks appropriate for the emerging clinical care, translational research, and public health infrastructure. Developmental and pilot studies will need to be designed and implemented to assure relevance, compatibility, interoperability, and evidence-based informed decision making within the SEER Program and across the broader national and international cancer registry-based surveillance community. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1 (b)(2) and 13.501-(a)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System code is 541715 and the business size standard is 1,000 Employees. It has been determined there are no opportunities to acquire green products or services for this procurement. Objective Central to the NCI's surveillance enterprise system is the population-based high-quality SEER Program that covers 34% of the U.S. population. SEER collects information on incidence, survival, and prevalence from specific geographic areas and compiles reports on all of these areas plus cancer mortality for the entire U.S. Through special studies, linkage to regional and national data sources, as well as collaborations with other surveillance partners, senior leaders in the SEER Program have been at the forefront of the development and deployment of innovative data coding systems, applied information systems and technical tools, and analytical methodology to advance operations, quality, utility, performance, and interpretation of national cancer burden and progress built on the SEER Program. It also provides essential data to support research and decision-making across the NCI and collaborating organizations in the U.S. and around the world. SEER is recognized internationally as the gold standard for cancer surveillance systems. As our understanding of the biological and genetic determinants of cancer evolve, terminology and classification systems for characterizing the diagnosis and therapy for cancer will continue to change. The NCI SEER Program and associated surveillance systems will need to adapt data collection processes and cross-walks appropriate for the emerging clinical care, translational research, and public health infrastructure. Developmental and pilot studies will need to be designed and implemented to assure relevance, compatibility, interoperability, and evidence-based informed decision making within the SEER Program and across the broader national and international cancer registry-based surveillance community. SEER works with other organizations involved with cancer surveillance, including the Centers for Disease Control and Prevention's (CDC) National Program of Cancer Registries, the American College of Surgeon's National Cancer Data Base, the North American Association of Central Cancer Registries (NAACCR), the American Joint Committee on Cancer (AJCC), and numerous international organizations and agency partners. These partnerships have resulted in the establishment of a number of ongoing committees charged with the development of data collection standards, oversight of their implementation, and continuous improvement. SEER also works with international organizations such as the International Agency for Cancer Research (IARC) and the International Association of Cancer Registries (IACR). Relevant Contract History. Sole source contracts awarded FY10 thru FY17, Total of $532,716: HHSN261201000706P $ 92,000 9/27/10-9/26/11 HHSN261201100461P $115,000 9/27/11-9/26/12 HHSN261201200422P $ 98,000 9/27/12-9/26/13 HHSN261201300308P $ 75,320 9/03/13-9/02/14 HHSN261201400629P $ 58,800 9/15/15-9/14/16 HHSN261201600696P $47,996 9/15/16 - 9/14/17 HHSN261201600696P $45,600 9/15/17 - 9/14/18 2.1 OBJECTIVE The purpose of this requisition is to support activities of the National Cancer Institute's cancer surveillance program, notably the premier population-based cancer registry system, the Surveillance, Epidemiology and End Results (SEER) Program [http://seer.cancer.gov] managed by the Surveillance Research Program (SRP). Specific areas of activities and technical expertise relate to national and international Cancer Staging and Classification Systems. 2.0 SCOPE As new cancer staging systems are developed by the National Cancer Institute and the American Joint Committee on Cancer (AJCC), an evaluation is needed to understand how cancer registries can collect up-to-date staging data and still preserve long term staging trends in incidence and survival. The contractor shall provide technical expertise for Cancer Staging Systems and Cancer Classification Systems. This service will include evaluation, resulting in recommendations for the harmonization of current and future staging systems. The subject matter expertise shall be provided by the contractor through participation in various meetings and will include analysis, interpretation, and recommendations in the form of a final report to be received by NCI at the end of the project. 3.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS The Contractor shall perform the following tasks: 3.1 Technical Expertise for Cancer Staging Systems The Contractor shall provide recommendations for the harmonization of cancer staging systems. The Contractor shall support coordinated development and implementation of cancer staging systems by conducting analyses of SEER cancer data, documenting results, and providing analyses on the impact of changes in data collection requirements on the quality and completeness of these data. Examples include assessing the impact of transitioning to new staging systems on incidence time trends and to assess the feasibility of developing a crosswalk from AJCC stage components (T, N, M) to a simplified stage (Summary Stage 2018) for time trends. The data, available via NCI, will be provided to the Contractor upon receipt of signed confidentiality agreements. 3.2 Technical Expertise for Cancer Classification Systems The Contractor shall provide subject matter expertise to update, refine, and enhance cancer classification systems. The Contractor conduct analysis, interpret results and provide recommendations for best practices to ensure data comparability between cancer classification systems. 4.0 TYPE OF ORDER This is a firm fixed price order. 5.0 PERIOD OF PERFORMANCE The period of performance shall be from September 15, 2018 - February 28, 2019. 6.0 PLACE OF PERFORMANCE Riessearch, LLC 956 Farm Haven Dr. Rockville MD 20852 8.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE DELIVERABLE DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTS DUE DATE #1 (Task 4.1 - 4.2) Participate on internal branch, workgroup, committee and team meetings and conference calls at NCI. The Contractor shall provide technical expertise, recommendations and guidance in response to questions or issues that arise during participation in these meetings/calls. This work will not exceed twelve (12), 2-hour meetings per month. Toll Free phone numbers will be provided, at no charge to the Contractor. As directed by NCI. #2 (Task 4.1 - 4.2) Progress Reports - The Contractor shall submit a final progress report at the end of the contract period. The reports shall include methods, results, and conclusions of analyses as well as recommended resolutions to concerns identified. Reports shall be submitted in a Microsoft Word document transmitted via e-mail to the NCI COR. In addition, these documents plus any additional Microsoft Excel, or SEER*Stat files as appropriate, will be delivered to the NCI COR. 6 months following contract award. #3 (Task 4.1 -4.2) Meet with COR and DQAIB Branch Chief - The Contractor shall meet monthly, in person, for approximately one (1) hour with the NCI COR, and other Government personnel, as deemed necessary by the NCI COR, to discuss ongoing activities, progress, and challenges. The NCI COR will schedule these meetings at the NCI Shady Grove facility, in Rockville, Maryland. Parking will be provided to the Contractor without charge. Monthly from date of award. 9.0 PAYMENT Payment shall be made at the end of the award period. Payment authorization requires submission and approval of invoices to the COR and NIH OFM, in accordance with the attached payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JUL 2013) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: I INVOICE REQUIREMENTS A. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 2. Remit-to address (Name and complete mailing address to send payment). 3. Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4. Invoice date. 5. Unique invoice #s for all invoices per vendor regardless of site. 6. NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8. Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor's name on the face page of the award document. 9. Identify that payment is to be made using a three-way match. 10. Description of supplies/services that match the description on the award, by line billed.* 11. Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. 12. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid. B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. C. Mail an original and 1 copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document. II. INVOICE PAYMENT A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services performed. B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III. INTEREST PENALTIES A. An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (DEC 2013) a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. b) The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 2:00 PM ET, on September 14, 2018. All responses and questions must be via email to William Neal, Contracting Officer at william.neal@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference: N02CO84106-33A on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO84106-33A/listing.html)
 
Place of Performance
Address: National Cancer Institute, 9609 Medical Center drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05085728-W 20180914/180912231047-c3f7e18f3905a8a03ede0310d11ae930 (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.