SOLICITATION NOTICE
R -- On-going CHOICE Project (The Continuum of Care in Hospitalized Patients with Opioid Use Disorder and Infectious Complications of Drug Use)
- Notice Date
- 12/12/2024 6:24:04 AM
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 25-002246
- Response Due
- 12/18/2024 9:00:00 AM
- Archive Date
- 01/02/2025
- Point of Contact
- Susan Nsangou, Phone: 3014969351
- E-Mail Address
-
susan.nsangou@nih.gov
(susan.nsangou@nih.gov)
- Description
- This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The NIH Clinical Center, Office of Purchasing and Contracts, intends to negotiate and award a contract for a base period of 2 years to the University of Maryland Medical Center 22. S. Greene St., Baltimore, MD 21201. This requirement is for R&D support services to support the on-going CHOICE Project (The Continuum of Care in Hospitalized Patients with Opioid Use Disorder and Infectious Complications of Drug Use.) The primary objective of this acquisition is to obtain highly specialized clinical and research personnel who can support the implementation of the CHOICE STAR study. These staff will act as the coordinating center for the multi-site CHOICE STAR study, managing the project�s financial and administration aspects, and will be one of the four study sites. In addition to staffing, the request will also include support for staff travel, study-sites specific related costs, and supplies needed to complete this study NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541690 with a Size Standard of $16.5 million. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2025-01 dated November 11, 2024. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT The anticipated start date is January 30, 2025. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, they address the priority to evaluate the impact of these interventions on long term infectious outcomes. The CHOICE STAR is designed to be a pivotal, high impact study that can be the model for national policy. The goal is of the CHOICE STAR is to make a significant scientific contribution to the field of OUD research and care by evaluating the impact of such interventions. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Additionally, knowledgeable individuals in the Government and Industry were contacted for market research purposes. None of the subject matter experts contacted were able to identify any contractor. Finally, a review of both the GSA Advantage and Dynamic Small Business Search returned no results. APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.215 and other HHSAR and NIH clauses are applicable. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. 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. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. 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 the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Susan Nsangou, Contracting Officer, susan.nsangou@nih.gov. US Mail and Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/98b3ed829e5245a1b02ad475a21927c6/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN07289861-F 20241214/241212230111 (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 |