Search Contract Opportunities

Data management and analysis support

ID: 75N95024Q00156 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Title: Data management and analysis support

(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 75N95024Q00156 and the solicitation is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-03, with effective date February 23, 2024.

(iv) THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION 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 Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition to BeDay, LLC for Data management and analysis support.

This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901.

The associated NAICS code 541618 and the small business size standard $19.0 dollars.

(v) This requirement is for the following: Data management and analysis support .

(vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is Six (6) months plus (2) two (6) six month option periods. The place of performance will be 251 Bayview Blvd, Baltimore, MD 21224.

(vii) 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 (Sep 2023)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Sep 2023)
  • 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 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Fill Ins: 15 days, 30 days, 18 months.
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (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 (Sep 2023)
  • NIH Invoice and Payment Provisions
  • Information Security and Physical Security Terms and Conditions

(viii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, 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 item offered to meet the Government requirement; (ii) past performance [see FAR 13.106-2(b)(3)]; (iii) price. Technical and past performance, when combined, are significantly more important than 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.

(ix) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, 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.

(x) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xii) 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 quotations must be received by Friday, March 29, 2024 at 12:00 pm Eastern Standard Time and must reference solicitation number 7N95024Q00156. Responses must be submitted electronically to Andrea Clay, Contract Specialist, at amcgee@nida.nih.gov

Fax responses will not be accepted.

(xiv) The name and of the individual to contact for information regarding the solicitation:
Andrea Clay

Contract Specialist

amcgee@nida.nih.gov

Background
The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition to BeDay, LLC for Data management and analysis support. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to 13.5—Simplified Procedures for Certain Commercial Items and 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901.

Work Details
The Laboratory of Epidemiology and Population Sciences (LEPS) at the National Institute on Aging (NIA) requires a data manager/analyst to clean, format, and document large datasets for use by Extramural and Intramural researchers. The contractor shall independently provide support services to satisfy the overall operational objectives of the Laboratory of Epidemiology and Population Sciences, Intramural Research Program, National Institute on Aging, though data management and analysis. The contractor shall perform various tasks including cleaning data from cross-sectional and longitudinal studies, creating derived variables, managing large publicly available datasets in the local NIA computer environment, presenting data in charts, tables, and graphs using software such as PowerPoint, R, Excel, or SAS for scientific publications, advising fellows and guests on appropriate variables, creating datasets for projects, assisting and training fellows on how to gain access to appropriate data files, among other responsibilities.

Period of Performance
The anticipated period of performance is Six (6) months plus (2) two (6) six month option periods.

Place of Performance
The place of performance will be 251 Bayview Blvd, Baltimore, MD 21224.

Overview

Response Deadline
March 29, 2024, 12:00 p.m. EDT Past Due
Posted
March 14, 2024, 2:55 p.m. EDT
Set Aside
None
Place of Performance
Baltimore, MD 21224 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
On 3/14/24 National Institute on Drug Abuse issued Synopsis Solicitation 75N95024Q00156 for Data management and analysis support due 3/29/24. The opportunity was issued full & open with NAICS 541618 and PSC R499.
Primary Contact
Name
Andrea Clay   Profile
Phone
(301) 480-2449

Secondary Contact

Name
Karen Mahon   Profile
Phone
(301) 435-7479

Documents

Posted documents for Synopsis Solicitation 75N95024Q00156

Opportunity Assistant

Contract Awards

Prime contracts awarded through Synopsis Solicitation 75N95024Q00156

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75N95024Q00156

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75N95024Q00156

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75N95024Q00156

Experts for Data management and analysis support

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIDA
FPDS Organization Code
7529-75N950
Source Organization Code
100189048
Last Updated
April 13, 2024
Last Updated By
andrea.mcgee@nih.gov
Archive Date
April 13, 2024