The RFP Database
New business relationships start here

Data Management and Analysis Biomedical Research Support Service


Maryland, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 because 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.


Only small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses should respond to this notice.


Background / Purpose / Objective: The National Institute on Aging (NIA), requires Data Management and Analysis Support Services for the InChianti Biomedical Research Study.



BACKGROUND: The (InCHIANTI Study (Invecchiare in Chianti, aging in the Chianti area) was designed to study mechanisms underlying mobility disability. Several physiologic subsystems were hypothesized to contribute to disability including the central nervous system, peripheral nervous system, perceptual system, muscles, bones and joints, and energy production and delivery systems. The study investigated how each of these subsystems were functioning within the normal range and to determine how, over time, changes in these subsystems could lead to disability. This study recruited a population-based cohort and also included a subgroup of younger persons with whom function could be compared.


Current status. The InChianti Study cohorts were assessed at baseline in 1998-2000 and followed-up 3, 6, 9 and 12 years later in 2001-2003, 2004-2006, and 2007-2009, 2010-2012 respectively. The fifth follow-up of InChianti has been completed. This current contract is to prepare the data and merge it with prior data for release to researchers


Methods. InCHIANTI was performed at two sites: Greve in Chianti (Site 1; 11,709 inhabitants; 19.3% > 65 years; located in the middle of a rural area) and Bagno a Ripoli (Site 2, Village of Antella; 4,704 inhabitants; 20.3% > 65 years; located immediately adjacent to the urban area of Florence). To obtain two representative samples of the population, the same two-stage sampling procedure was used in each of the two sites. For the baseline cohort, in August 1998, a random sample of 1,270 persons aged 65 years or older was randomly selected from the population registry of the two sites. Another 29 subjects were randomly selected among those who were 90 years old or older, until at least 30 men and 30 women from this age group were included in the sample. Finally, men and women randomly sampled from the age strata 20-29, 30-39, 40-49, 50-59, and 60-64 years were sequentially invited to participate in the study, until at least 30 men and 30 women for each decade from 20 to 59, and 15 men and 15 women aged 60 to 64 had been enrolled. All of the follow-ups repeated most elements of the baseline evaluation. Participants were seen on the anniversary of their baseline study assessment. As at the baseline there were three contacts with participants, once in their homes and on two subsequent occasions in the clinic. Subjects who refused the interview were contacted several more times, one month apart, before being considered definitive refusals. Interviews were conducted at the participants' homes by experienced interviewers. In persons who scored 18 or less on the Mini Mental State Examination the interview was administered to a proxy. Prior to beginning the interview, the full study was explained to participants and/or their proxies and informed consent for participation in the study was obtained.


SCOPE OF WORK:
General Requirements. Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work herein:


Specific Requirements. The contractor shall provide data management and analysis support to:


InCHIANTI Study:
• In collaboration with InChianti investigators, update database for follow-up 5 exam, including home interviews, medical visits, bio samples, and physical performance tests; clean, make derived variable, annotate programs and archive data.
• Ensure consistency of variable names, formats, and coding across data from the five exams
• Merge follow-up exam 5 with existing datasets.
• Archive data at NIA and send a copy of data to InChianti Study Center, Italy
• Provide support and assistance to data users, including making datasets based on approved proposals.
• Ensure IT security guidelines are followed.


Health ABC Study:
• Perform biorepository pulls and update the inventory for Year 16 and DNA usage;
• Clean and make available ancillary study variables.
• Convert existing data sets into a more generalized format for outside use by outside researchers.
• Perform CMS match and dataset creation.
• Process new data and derived variables generated from analysis of biologic samples and imaging and include them in central database.
• Provide customer service to investigators using the website.
• Improve, update and maintain website; create a web-based environment that can be managed by non-IT specialists


DELIVERABLES Upon request, the contractor shall provide documentation evidence of any and or all their work product, including, but not limited to, the following tasks:


InChianti
• Work products and documents related to updating the InChianti database for follow-up 5, including home interviews, medical visits and physical performance tests;
• Work products and documents related to the merge of follow-up exam 5 data with existing datasets;
• Documentation of datasets made for outside investigators.


HABC
• HABC work products and documents related to performing biorepository pulls and updated inventory;
• HABC work products and documents related to processing new data and derived variables generated from analysis of biologic samples and imaging;
• Cleaned and available ancillary study variables;
• Converted existing data sets into a more generalized format for outside use by outside researchers;
• Functioning and accessible website;
• Document customer service to investigators using the website.


CERTIFICATIONS, LICENSE, PHYSICAL REQUIREMENTS OR OTHER EXPERTISE REQUIRED. The contractor must have:


• Bachelor's degree in Computer Science, Information Technology or a related discipline.
• Minimum of 5 years of related experience.
• Knowledge of SAS and other statistical packages.
• Familiarity and experience with website maintenance tools.
• Strong communications skills, both oral and written.
• Excellent analytical, organizational and time management skills.
• Upon employment must complete within 30 days upon arrival at NIH the required NIH safety and research integrity coursework/training as mandated for all scientific staff working in NIH facilities:
 Introduction to Responsible Conduct of Research
 Introduction to Laboratory Safety
 Laboratory Safety at NIH
 Protection of Human Research Subjects
 Technology Transfer Online Training
• Must sign Patent Agreement form and Contractor Employee Patent Agreement form at vendor's orientation
• Upon employment must complete the NIA IRP New Employee Safety Training Checklist form and send the completed Checklist form to NIA IRP Safety Officer, Room 2B117, BRC Building.
 Tasks listed on the Safety Training Checklist must be completed within one week upon arrival at NIH
 Training listed on the Safety Training Checklist must be completed within 30 days upon arrival at NIH
• Upon employment must complete required on-line training within 30 days upon arrival at NIH:
 NIH Computer Security Awareness Training
 NIH Sexual Harassment Training
 Disability Awareness Training
• Must complete required annual or bi-annual on-line training, per NIH guidelines, for:
 NIH Computer Security Awareness Training
 NIH Sexual Harassment Training
 Disability Awareness Training



LEVEL OR EFFORT: Labor Hours (Fully Loaded) Per Week
Minimum: 30-hours
Maximum: 40-hours


PLACE OF PERFORMANCE. The place of performance is BRC, 251 Bayview Blvd., Room 04C009, Baltimore, MD 21224. This work may also be performed remotely at the discretion of the IC, NIA.

OPERATIONAL HOURS. Work will be performed up to 40 hours per week during normal business hours, Monday-Friday, excluding Federal holidays.


SAFETY ISSUES. Work is performed in an office setting. There are no known safety issues.


GOVERNMENT-FURNISHED EQUIPMENT, BADGE, KEYS AND/OR FACILITIES PROVIDED. Workspace, computer with access to the Internet and computer network, telephone, ID badges, keys, access to NIH Library, parking, laboratory supplies and equipment and other electronic equipment as necessary will be provided by NIA.


SECURITY CLEARANCE. Work under this contract is UNCLASSIFIED. The contractor shall comply with all applicable Homeland Security regulations and procedures during the performance of this CONTACT. The contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, privacy act data and Government personnel work products that are obtained or generated in the performance of this contract. If necessary, the contractor will be required to provide clearances for personnel requiring access to Government computers and workstations.


REIMBURSABLE EXPENSES (TRAVEL, CONFERENCE, TRAINING, EQUIPMENT OR MATERIALS, ETC.). Reimbursable expenses are: (1) Travel, and Occupational Health Services. The contractor will be required to travel to other locations in support of the tasks described in this statement of work (if conferences or training are required, list here and include a justification). Prior to incurring any travel expenses, the contractor company must obtain written authorization from the Contracting Officer's Representative (COR) for contract personnel. Contractor expense reports shall be prepared and processed in accordance with the Federal Travel Regulation (FTR). Materials and subcontracts will be reimbursed at actual costs, including allocable material handling costs, as applicable, in accordance with FAR 52.232-7- PAYMENTS UNDER TIME-AND-MATERIALS AND LABOR-HOUR CONTRACTS.


NON-PERSONAL SERVICE STATEMENT. Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. The contractor's management shall ensure that employees properly comply with the performance standards outlined in the Performance Evaluation Standard (PES). Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work.


Anticipated period of performance / delivery date: The Government anticipates the period of performance for the base period of : September 30, 2019 through September 29, 2020 and the optional period of: September 30, 2020 through September 29, 2021.


Technical Criteria: The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors. Factor 1: Personnel Qualifications. (a)The currency, quality and depth of experience of individual personnel in working on similar projects, including expertise with Statistical Analysis System (SAS) software, analytic dataset construction, dataset documentation, and the Windows operating system; (b) Similar projects must convey similarity in topic, dollar value, workload, duration, and complexity. Quality and depth of education and experience on other projects which may not be similar enough to include in response to the requirements of the scope of work. This experience could include collection and analysis of biomedical data or data relevant to the social sciences and/or additional relevant experience; and (c)The currency, quality and depth of how the Project Director will supervise and coordinate the workforce. Factor 2: Management Approach and Technical Capabilities. (a) Understanding of the work, including thoroughness shown in understanding the objectives of the SOW and specific tasks, and planned execution of the project; (b) Evidence of specific methods and techniques for completing each discrete task; (c) Degree to which the offeror's quote demonstrates an understanding of logistics, schedule, and any other miscellaneous issues of which the Government should be aware; (d) Quality and effectiveness of the allocation of personnel and resources; and (e) Physical proximity of company offices to the LEPS laboratory to facilitate face-to-face meetings and/or Contractor work on short notice. Factor 3: Organizational Experience. (a) Evidence that the organization has current capabilities; and for assuring performance of this requirement. The organization should have sufficient qualified personnel available to this task order to be able to complete assignments in a timely manner and to be able to begin work immediately (within 2 weeks or less) upon award; and (b) Evidence that the organization understands and can comply with the deliverables as specified in the SOW. Factor 4: Past Performance. The organization's specific past performance on prior similar efforts specified within this SOW, particularly if this work was for the National Institutes of Health or similar public health organization.


Other important considerations: The response may cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition.


Capability statement /information sought. The government is interested in soliciting capability statements from all qualified Offerors demonstrating their ability to perform this effort. At a minimum, respondents to this notice must provide, as part of their response, a capability statement to include the following: (1) information regarding the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of a similar nature; (d) corporate experience and management capability; and, (e) examples of prior completed Government contracts, references, and other related information; (2) respondents' 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, (3) any other information that may be helpful in developing or finalizing the acquisition requirement.

INFORMATION SUBMISSION INSTRUCTIONS:
Respondents should provide responses accordingly: (1) submit information electronically. No telephone or facsimile responses will be accepted; (2) format capability statements using Microsoft Word or Adobe PDF including attachments, resumes, charts, etc. Use single space, 12 font minimum and 8 ½ x 11 size paper; (3) organize material in such a manner that clearly identifies and address capability requirements and provide an executive summary; (4) capability statement should not exceed ten (10) pages including references; (5) DUNS number; (6) respondents must send via email to Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov; (7) responses should be received no later than September 18, 2019, 12:00 Noon Eastern Time; and (8) include respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.


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 provide the product or perform the services specified herein. 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 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(s).


 


Debra C. Hawkins, Acquisition Policy Analyst II, Phone 301-827-7751, Email debra.hawkins@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP