SOLICITATION NOTICE
R -- Spanish Speaking Neuropsychology Consulting Support Services
- Notice Date
- 5/18/2022 12:39:37 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00222
- Response Due
- 5/24/2022 1:00:00 PM
- Archive Date
- 06/08/2022
- Point of Contact
- Samson Shifaraw, Phone: 3014807153
- E-Mail Address
-
samson.shifaraw@nih.gov
(samson.shifaraw@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Spanish Speaking Neuropsychology Consulting Support Services �(i)������� 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. (ii)������� The solicitation number is 75N95022Q00222 and the solicitation is issued as a Request for Quotation (RFQ). 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 not expected to exceed the simplified acquisition threshold. (iii)������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06, with effective date 05/01/2022. (iv)������ The associated NAICS code 541690 and the small business size standard is $16.5M.�� This requirement is a small business socio-economic set-aside. (v)������� This requirement is for the following services: Spanish speaking neuropsychology consulting support services for diagnosis and management of patients referred to the NINDS for neurological consultation and for provision of research testing support as part of clinical protocols. (vi)������ The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the � National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Intramural Program in particular conducts clinical trials in epilepsy, dementia, movement disorders and neuroinflammation that require understanding the effects of the disorders and treatments on the neuropsychological capacities of patients in these studies. The Contractor shall provide the following Spanish neuropsychology consulting support services: Perform Spanish neuropsychological testing of adults and children under the direction of Government staff. Testing shall include standard and customized tests of intelligence, personality, memory and learning for the diagnosis and treatment of adults and children in support of the NINDS intramural research program. Development of new protocol-specific tests related to the specific protocol(s) under study and the individual being tested. Customized testing may include computerized batteries designed to address specific patient abilities, such as reaction time testing, smell testing, or speech measures. The Contractor will utilize knowledge of a broad range of Spanish neuropsychological testing and current literature to advise Government staff on appropriate testing options for achieving the protocol goals. Conduct analysis and interpretation of test results consistent with best practices in the field of neuropsychology. Prepare written reports and file with the referring physician and in the patient�s electronic medical record. Reports shall include deliverables documenting all neuropsychological and psychological tests administered, individual performance on the tests as compared with normative data, interpretation of the data based on best practices in the neuropsychology field, and numerical test data for individual patients. Assist in collation of research results for publication according to the timeline requested by the Government staff. Perform intraoperative neuropsychological testing and intracarotid amytal (Wada) procedures under the direction of Government staff. The actual medical procedures shall be performed by physicians however the neuropsychology consultant shall provide materials and assess language and memory during the procedures. Perform services in accordance with the Statement of Work, attached. (vii)������ The place of performance shall be the NIH Clinical Center located on 10 Center Drive, Room 6-5700, Bethesda, Maryland, 20892. The contractor is required to work on-site. The Government anticipates award of a labor-hour purchase order for this acquisition with a base period of performance of or about June 1, 2022 through May 31, 2023, with one base year and two (2) one year option periods as follows: Base:� � ����������� June 1, 2022 through May 31, 2023 Option 1: ��������� June 1, 2023 through May 31, 2024 Option 2: ��������� June 1, 2024 through May 31, 2025 (viii)����� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.217-8, Option to Extend Services (Nov 1999). FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). FAR 52.224-1,�Privacy Act Notification (Apr 1984) FAR 52.224-2, Privacy Act (Apr 1984) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.224-70, Privacy Act (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2022) NIH Invoice and Payment Provisions (Feb 2021) (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items (Nov 2021), applies to this acquisition.� (a) 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: (i) technical capability of the services offered to meet the Government requirement; (ii) price; (iii) past performance. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)������ The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)����� IT security clauses are applicable. (xiv)����� Privacy Act requirements are applicable as follows: Section 2: It has been determined that this contract is subject to the Privacy Act of 1974, because this contract provides for the design, development, or operation of a system of records on individuals. The System of Record Notice (SORN) that is applicable to this contract is: 09-25-0118 Section 3: The design, development, or operation work the Contractor is to perform is: The Contractor shall provide the following Spanish neuropsychology consulting support and Perform Spanish neuropsychological testing of adults and children under the direction of Government Staff (xvi)����� 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 the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The Unique Entity ID from SAM.gov, 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. All questions must be received by 10:00a.m.., Eastern Standard Time, on May 20, 2022, and reference Solicitation Number 75N95022Q00222. Questions may be submitted electronically to Samson Shifaraw, Contract Specialist, at samson.shifaraw@nih.gov. All quotations must be received by 10:00 a.m., Eastern Standard Time, on May 24, 2022, and reference Solicitation Number 75N95022Q00222. Responses must be submitted electronically to Samson Shifaraw, Contract Specialist, at samson.shifaraw@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee07cd64e6904e938677dd77493d32ab/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06330796-F 20220520/220518230057 (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 |