SOURCES SOUGHT
R -- Cancer Screening Follow up
- Notice Date
- 5/7/2020 11:07:13 AM
- Notice Type
- Sources Sought
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- NIH National Cancer Institute Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- NIH-NCI-SBSS-ETSB-00033
- Response Due
- 5/22/2020 12:00:00 PM
- Archive Date
- 06/06/2020
- Point of Contact
- Rukshani Levy, Phone: 2402765425
- E-Mail Address
-
rukshani.levy@nih.gov
(rukshani.levy@nih.gov)
- Description
- Type of Notice: This is a Small Business Sources Sought (SBSS) 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 business; HUBZone small businesses; service-disabled, veteran-owned small businesses, 8(a) small businesses; veteran-owned small businesses; women-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 response 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. The NAICS code for this project is 622110. The small business size standard is $41.5M. �Background: The National Cancer Institute (NCI) has funded previous studies conducted at Kaiser Permanente Northern California to collect biospecimens for biomarker testing and to study risk estimates for cervical cancer screening. The NCI acquired detailed clinical and risk factor history and follow-up data for over 100,000 women enrolled in previous studies with Kaiser Permanente Northern California (KPNC). In addition, the NCI has analyzed similar data for over 1.5 million women screened for cervical cancer at KPNC clinics. Despite Human Papillomavirus (HPV) vaccines, screening will remain central for decades to control cervical cancer. Recently, HPV testing alone or with cytology was introduced in the US as an alternative to cytology screening. However, most HPV infections are harmless and additional tests are required to identify women at highest cancer risk. Purpose and Objectives: The purpose of this requirement is to acquire follow-up, de-identified, clinical data from participants in the KPNC studies. The Contractor shall provide the results of all HPV and cytology-based testing as well as all colposcopy, biopsy and treatment procedures, as well as relevant co-factor data, within the screening program for women at KPNC. The data sets are based on evaluations and analysis made over the course of a year. For each phase there is one data set. The total number of data sets anticipated is�five. � Project Requirements: As specified by the NCI protocol: The Contractor shall use existing laboratory and clinical datasets within the KPNC integrated health services delivery system to deliver the following data to NCI: age at visits, STD information (chlamydia, HIV, gonorrhea), hormonal contraception use, smoking status, BMI, and entire history of HPV, Pap results, and all coded cervix histology results (from biopsy, excisional procedures or hysterectomy), previous and future enrollment status. Cervix histology results not previously coded shall be coded prior to delivery of the dataset. Anticipated Period of Performance: The anticipated Period of Performance for this requirement is a One (1) Year Base Period and Four (4) 12-month Options as follows: Base Period: 03/01/2021 � 02/28/2022 Option Period One (1):03/01/2022 � 02/28/2023 Option Period Two (2):03/01/2023 � 02/29/2024 Option Period Three (3):03/01/2024 � 02/28/2025 Option Period Four (4):03/01/2025 � 02/28/2026 Capability Statement/Information Sought: We encourage small businesses to submit a capability statement which will be considered by the agency. Small businesses possessing experience and demonstrated capability to accomplish the aforementioned requirements should provide sufficient detail to demonstrate their ability to perform the required services. Information furnished must not exceed 5 pages (12-point font minimum), including all attachments, resumes, charts, etc.; and should include an outline of previous or similar projects performed. All responses must include an indication of current certified small business status, and clearly marked on the first page of the capability statement, as well as the eligible small business concern's name, point of contact, address, and DUNS number. � The Capability Statements must clearly document the following: A. Personnel: Understanding of the size, complexity, and composition of the professional team required to conduct this work and the types of expert knowledge and experience needed. B. Technical Approach: Understanding of the scope, purpose, public impact and complexity of the project requirements above and the capability to perform the functions in an effective and efficient manner. Information Submission Instructions: All capability statements sent in response to this Small Businesses Sources Sought notice must be sent electronically (via email) to Ogochukwu Nwankwo, Contract Specialist at Ogochukwu.nwankwo@nih.gov and Rukshani Levy, Contracting Officer at rukshani.levy@nih.gov@nih.gov in either MS Word or Adobe Portable Document Format (PDF) by Friday, May 22, 2020 at 3:00 PM, EST. All responses must be received by the specified due date and time in order to be considered. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ca7fa6c859d54ef1be5c9a88b5fb5e7b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05650872-F 20200509/200507230211 (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 |