75N95024Q00242 – Sources Sought – Cardiology Consulting Support Services

Apr 19, 2024 | Sources Sought

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; (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 as a result 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.

Background:  The National Institute on Aging (NIA) Intramural Research Program (IRP) program operates the Baltimore Longitudinal Study of Aging (BLSA), America’s longest-running scientific study of human aging which began in 1958. The focus of the study is to characterize how an individual ages across the adult life span and individuals have been continually recruited for participation since its initiation. The study measures and interprets data in several health subjects, including cardiovascular health.

Purpose and Objectives: The purpose of this requirement is to acquire the consulting support services of an expert in clinical cardiovascular research to assist with coding, interpretation, and quality control of scientific data on cardiovascular diseases generated by the clinical research program of the of the National Institute on Aging (NIA) for the Baltimore Longitudinal Study of Aging (BLSA).

Project requirements:

  1. The contractor shall provide the following cardiovascular consulting support services:
     
  • Provide coding, interpretation, data management, and quality control of resting electrocardiograms using the BLSA-modified Minnesota Coding System. Data and results shall be recorded using the NIA electronic reporting system.
  • Provide coding, interpretation, data management, and quality control of echocardiographs. Data and results shall be recorded in the Intellispace Cardiovascular reporting system owned and used by the NIA.
  • Provide coding, interpretation, data management, and quality control of carotid artery intimal medial thickness measurements.
  • Provide coding, interpretation, data management, and quality control of Pulse Wave Velocity measurements.
  • Provide coding, interpretation, data management, and quality control of treadmill stress testing results using the BLSA-modified Minnesota coding system for ischemia, arrhythmia, and relevant electrocardiographic abnormalities using the NIA electronic reporting system.
  • Provide coding, interpretation, data management, and quality control for ambulatory Holter reports and ensure that data is efficiently imported into the BLSA study database.
  • Assist in oversight of the management and function of the NIA electronic cardiovascular test reporting system in cooperation with the NIA Information Technology department.
  • Provide weekly written progress reports to the Contracting Officer’s Representative which describe all work completed during the specified period and present all work to be accomplished during the subsequent period. Reports shall identify any difficulties that arose in the performance of the required tasks during the specified period as well as how difficulties were resolved. Should any difficulties not have been resolved, the report shall provide an explanation and plans for full resolution. 
  • Contractor must hold specific certifications (cardiac and bone) to fulfill research requirements.
  • The contractor shall provide services at the following Government sites, as well as the contractor’s site: 3001 S. Hanover Street Baltimore, MD 21225.

Anticipated period of performance: Base Year: September 14, 2024 – September 13, 2025, with four 12-month option periods

Capability statement /information sought.

Companies that believe they possess the capabilities to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.  Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.

Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.

One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.

The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.  A cover page and an executive summary may be included but is not required.

The response is limited to ten (10) page limit.  The 10-page limit does not include the cover page, executive summary, or references, if requested.

All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.  Facsimile responses are NOT accepted.

The response must be submitted to Emily Palombo, Contract Specialist  at e-mail address [email protected].

The response must be received on or before May 3, 2024, at 9:00 AM, Eastern Time.

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 perform the work.

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 www.sam.gov. 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).”

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.