SPECIAL NOTICE
R -- Retention and novel outcomes in harmonized randomized controlled trials of stimulant use disorder treatments.
- Notice Date
- 9/3/2021 9:55:53 AM
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95021Q00384
- Response Due
- 9/8/2021 11:00:00 AM
- Archive Date
- 09/23/2021
- Point of Contact
- Kenneth Goodling, Phone: 3014436677, Llakim Dubroff, Phone: 3014436677
- E-Mail Address
-
kenneth.goodling@nih.gov, llakim.dubroff@nih.gov
(kenneth.goodling@nih.gov, llakim.dubroff@nih.gov)
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE INTRODUCTION PURSUANT TO FAR Subpart 5.2�Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. �� THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisitions intends to solicit by a request for quotation from The Johns Hopkins University for award on or around September 23, 2021. The purpose of this acquisition will be to provide National Institute on Drug Abuse (NIDA) with retention and novel outcomes in harmonized randomized controlled trials of stimulant use disorder treatments. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541990 with a Size Standard of $16.5. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2021-07. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 � only one responsible source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT Project Description The goal of this project is to research retention and novel outcomes in clinical trials for stimulant use disorder. Specifically, we aim to study which factor(s), if any, influence dropout from these clinical trials and whether dropout can be predicted and potentially prevented. We will also examine novel outcomes, i.e., reduced use and improved function rather than total abstinence, to see whether such endpoints may improve the effect size of medications tested for stimulant use disorder. This approach and the findings will provide novel and potentially impactful information for the field, which is consistent with the overall goal of our lab, and the NIDA IRP at large, to identify barriers and develop effective treatments for patients afflicted with drug addiction.�The project will utilize data from a harmonized dataset developed by and housed within the Johns Hopkins Bloomberg School of Public Health (JHSPH) Department of Mental Health. The dataset is not publicly available. Period of Performance: 09/23/2021 to 09/22/2022 CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. An interested Offeror must be able to demonstrate its capabability to independently, and not as an agent of the Government, to provide the National Institute on Drug Abuse (NIDA) with retention and novel outcomes in harmonized randomized controlled trials of stimulant use disorder treatments. Responses to this notice must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� The price quote shall include: data access, unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.� Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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.� A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.�� All responses must be received by September 8, 2021, 2:00 p.m. Eastern Time and must reference number 75N95021Q00384. Responses must be submitted electronically to Llakim Dubroff, Contract Specialist at llakim.dubroff@nih.gov and must reference the solicitation number 75N95021Q00384 �on your electronic request.� FAX requests are not accepted. �All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b0eb5db0373143c4840560beda2ae2fb/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06121845-F 20210905/210903230113 (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 |