Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2019 SAM #6566
SOURCES SOUGHT

R -- Small Business Innovation Research Professional Support Services

Notice Date
11/15/2019 11:04:49 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95020Q00006
 
Response Due
12/3/2019 3:00:00 PM
 
Archive Date
12/18/2019
 
Point of Contact
Tracy L Cain, Phone: 301-443-6677Andrew Hotaling, Phone: 3014436677
 
E-Mail Address
tracy.cain@nih.gov, andrew.hotaling@nih.gov
(tracy.cain@nih.gov, andrew.hotaling@nih.gov)
 
Description
This is a Small Business 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 businesses; 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 should not submit a response to this notice.This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.Background: NIDA's mission is to advance science on the causes and consequences of drug use and addiction and to apply that knowledge to improve individual and public health. This charge has two critical components. The first is conducting and supporting research across a broad range of disciplines. The second is ensuring the rapid and effective dissemination, using the results of that research to significantly improve prevention and treatment, and informing policy as it relates to drug abuse and addiction. NIDA Small Business Innovation Research (SBIR/STTR) programs contribute significantly to both critical components by researching and developing the commercial products and services for NIDA’s constituency, academic researchers, practitioners and patients.Purpose and Objectives: The objective of the requirement is to provide NIDA with professional services of (one) (1) experienced contractor in support of the SBIR/STTR program. The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). The contractor shall support a range of activities designed to increase NIDA’s momentum in life science technology commercialization and to facilitate the maturation of NIDA’s Small Business Programs.Project requirements: The Contractor shall be responsible for improving the quality and quantity of SBIR and STTR applications by: Providing NIDA Program Officials with feedback on inquiries and draft applications received from small businesses interested in SBIR and STTR funding; Identifying and nominating potential transfer applications of interest to NIDA from other NIH Institutes; and Conducting extensive and informed outreach to attract new small business concerns (SBCs) to apply to NIDA’s SBIR/STTR program. The Contractor shall serve as an industry resource to NIDA staff on strategic technology development related to key areas of SBIR/STTR programs, which includes, but is not limited to, Health IT, Diagnostics, Medical Devices, and Research Tools and Therapeutics for substance use disorders (SUD). The Contractor shall provide professional support services to NIDA’s Director of the Office of Translational Initiatives and Program Innovations (OTIPI), who is responsible for coordinating and managing the NIDA SBIR program. The Contractor shall work to assure the commercialization of NIDA-sponsored tools and technologies with the goal of giving patients access to cutting-edge innovations through a wide range of creative concepts, practices, and procedures. The Contractor shall work with NIDA to strengthen the collaborations between academic labs and small businesses supported by NIDA by participating in the Reach HUB Initiative, establishing collaborations with academic Technology Transfer Offices, academic incubators and accelerators, and advising the academic researchers participating in NIDA-sponsored research education programs, such as R25 or Prize Competitions. The personnel requirements are as follows: MBA degree with MS or BS degree in life sciences, or equivalent; At least 5 years of experience in the field of pharmaceutical and biotech business development or project management. Experience must include efforts in development of SBIR/STTR programs in life sciences; Experience with statistical data analysis, data reporting and management; Demonstrated deep understanding and practical knowledge of SBIR and STTR programs; Proficiency with using internal government databases, such as Query View Report (QVR), Federal Reporter, and Scientific Publication Information Retrieval & Evaluation System (SPIRES) or other similar government databases; Proficiency with using commercial databases such as Citeline, TR Integrity, or other similar commercial databases; Proficiency in biotechnology valuations methods and current business development practices; Expertise with using Microsoft Excel, PowerPoint, Publisher; and various publishing tools for animated presentations and animated videos; and Understanding and practical knowledge of SBIR and STTR program elements pertaining to eligibility requirements, receipt and referral processes, peer review processes, budget allocations (e.g. 3rd party rules), funding mechanisms (Principal Investigator-initiated vs Targeted research), and differences between Requests for Applications (RFAs) and Requests for Proposals (RFPs).Anticipated period of performance and/or delivery date: Period of Performance: Twelve (12) months base period from the date of award and two (2) 12-month option periods.Other important considerations: The estimated level of effort for this requirement is one (1) contractor employee on full time basis, 40 hours per week.Capability statement /information sought:Respondents must provide clear and convincing documentation of their capability of providing the products specificed in this notice. Also, information must be provided in sufficient details of the respondents’ (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information.The respondent must also provide their 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 in developing or finalizing the acquisition requirements.Finally, respondents are also encouraged to provide a general overview of the respondent’s opinions about the difficulty and/or feasibility of the potential requirement, and any other information regarding innovative ideas or concepts that may be applicable.THIS IS NOT A REQUEST FOR PROPOSALS: This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government's use. All capability statements must provide the following: 1) company name and address; 2) point of contact, 3) phone/fax/email; 4) NAICS Code(s), 5) business size and status; 6) capability information in response to the requirement and qualifications identified in this notice; and 7) type of small business your organization classifies itself as (i.e.: women-owned, HUBZONE, etc.). Submission Instructions:One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.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).”Written capability statements must be SUBMITTED NO LATER THAN December 3, 2019 to the above Contracting Office Address, Attn: Tracy Cain. Electronic capability statements will be accepted by the primary point of contact.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 Beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/997c9895f63340abaace947a578637f4/view)
 
Place of Performance
Address: 7125, MD 20894, USA
Zip Code: 20894
Country: USA
 
Record
SN05496908-F 20191117/191118090833 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.