R--Clinical Support Services for NINDS, Stroke Branch
ID: 75N95024R00106Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

General Medical and Surgical Hospitals (622110)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for Clinical Support Services for the Stroke Branch of the National Institute of Neurological Disorders and Stroke (NINDS). The objective is to secure clinical support from an acute care hospital located within 15 miles of NIH, focusing on the evaluation and treatment of patients suffering from acute strokes and traumatic brain injuries, utilizing advanced MRI technology. This initiative is crucial for advancing research efforts in stroke therapy and ensuring compliance with ethical standards for human subject protections. Interested offerors must submit their proposals electronically via the NIH eCPS platform by September 9, 2024, and can direct inquiries to Marlene E. Milgram at MILGRAMM2@NIDA.NIH.GOV or by phone at +1 301 594 0864.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the protocols for submitting proposals via the National Institutes of Health (NIH) electronic Contract Proposal Submission (eCPS) website. Proposals must be submitted electronically, as submissions through facsimile or e-mail are not permitted, and an eCPS account should be created in advance to allow for processing. Offerors are responsible for ensuring their submissions arrive on time; late proposals will not be considered. Proposals must be structured in distinct PDF files for the Technical and Business Proposals, both optimized for word searching. The Technical Proposal should include all necessary attachments as a single PDF, while the Business Proposal must incorporate an Excel spreadsheet outlining estimated costs. Importantly, each proposal must be complete and should not reference the other. Specific file naming conventions are requested for clarity, incorporating the offeror’s name, solicitation number, and proposal type to facilitate sorting and identification. Overall, this document emphasizes adherence to submission guidelines critical for compliance with government contracting processes.
    The document is a proposal summary and data record for a request for proposals (RFP) issued by the Department of Health and Human Services (HHS) through the National Institutes of Health (NIH). It outlines necessary information for submitting a proposal, including project title, offeror details, contract type, estimated project duration, budget figures, and whether the proposal involves human or animal subjects research. Specific sections request details on subcontracting arrangements, key personnel, and necessary ethics approvals for human subjects (IRB) and animal care (IACUC). Additionally, it includes administrative aspects such as acknowledgment of amendments, government audit contacts, business volume, and terms of offer expiration. This structure serves to facilitate a comprehensive evaluation of research proposals within health-focused federal initiatives, ensuring compliance with ethical and regulatory standards in federally funded research projects.
    The provided Excel file serves as a guideline for organizations to prepare cost proposals in response to federal and state Requests for Proposals (RFPs). It outlines instructions for inputting organizational details, labor tracking methodologies (hourly or percentage), and the compilation of proposed costs over several contract periods extending through 2029. Users are encouraged to adjust the spreadsheet to fit the specific needs of their proposal while ensuring compliance with documentation requirements, including payroll information and relevant personnel documentation. Key sections include direct labor costs, fringe benefits, overhead rates, materials and supplies, and equipment costs, each requiring detailed entries to reflect accurate financial data. The file underscores the importance of using current payroll data for proposed employee salaries and outlines allowable types of supporting documentation. Additionally, users are urged not to submit indirect cost proposals prematurely and to consult relevant websites for guidance on indirect rates. The overarching focus of the document is to streamline the proposal preparation process and enhance clarity for potential funding recipients in government contracting.
    The document outlines the requirements for submitting points of contact information as part of a business proposal in response to federal and local RFPs. It specifies that offerors must provide detailed contact information for both a Business Representative and a Proposed Principal Investigator, including names, titles, complete street addresses, and various forms of contact information (telephone, fax, office, email). The submission of accurate addresses is emphasized to facilitate effective communication. The guidance insists on using actual street addresses instead of P.O. Boxes to ensure expedient contact with the relevant individuals. This structured approach is essential for maintaining clear communication throughout the proposal process in the context of government contracts and grants. Proper identification of contacts is crucial for managing the relationship between the government and the offeror effectively.
    The document serves as a Certificate of Current Cost or Pricing Data, as required by the Federal Acquisition Regulation (FAR) under subsection 15.403-4. It verifies that the cost or pricing data provided to the Contracting Officer or their representative in relation to a specific proposal, request for price adjustment, or similar submission is accurate, complete, and current. This certificate includes data pertaining to any advance agreements or forward pricing rate agreements involved in the proposal. Key components of the form include the identification of the firm, the person's signature, name, title, the date of execution, and specific details about the proposal such as identifying numbers and the date when price negotiations concluded. The main purpose of this certification is to ensure transparency and accountability in federal procurement processes, reinforcing the integrity of the cost data submitted in government contracts.
    The document outlines various federal and state-level requests for proposals (RFPs) and grants, focusing on funding and project opportunities available to agencies and organizations. It details the competitive process for securing federal funds, emphasizing the importance of aligning proposals with government priorities and objectives. Key components include eligibility criteria, project focus areas, funding limits, and submission guidelines. The document highlights a range of available grants aimed at infrastructure improvement, public health initiatives, environmental protection, and community development. It promotes collaboration among entities, urging participants to build partnerships to enhance the efficacy of their proposals. The emphasis is placed on meeting deadlines, demonstrating capability, and providing measurable outcomes in proposals. Overall, the document serves as a comprehensive guide for entities seeking federal and state financial support for various projects aimed at public service enhancements, regulatory compliance, and community development, reflecting the government's commitment to funding initiatives of broad social impact.
    The NIH Cost-Reimbursement Contracts guidelines (NIH(RC)-4) provide comprehensive instructions for submitting invoices and financing requests related to federal contracts. Contractors must use a self-generated format or Standard Form 1034, following specific billing practices. Payment requests are limited to bi-weekly submissions, with small businesses allowed more frequent submissions. Costs must be accrued during the contract period or under precontract provisions, and detailed billing of expenses is required, categorized appropriately. Required information includes contractor details, invoice dates, contract numbers, and a breakdown of costs such as direct labor, materials, travel, and indirect costs. The document emphasizes proper identification of unique invoice numbers, compliance with costs requiring prior approval, and provides certification for correctness. This structure supports the federal government’s aim of maintaining transparency, accountability, and accuracy in the financial reporting of contract expenditures, ensuring funds are disbursed appropriately to contractors. Overall, this document serves to standardize and streamline financial processes associated with federally funded projects.
    The provided file appears to contain fragmented and encoded information typical of federal government procurement documents, potentially related to Requests for Proposals (RFPs) or grant applications at various government levels. The main focus seems to revolve around the allocation of financial resources aimed at public projects, possibly addressing needs in infrastructure, environmental management, or community services. Key points include references to specific project standards, compliance with regulations, and the necessity for detailed assessments before any project initiation. The document underscores procedures for risk assessment and management, indicating the government's commitment to safety and compliance with federal and state guidelines. The overall purpose appears to be reinforcing transparency and establishing structured approaches to handling public funds for projects that may impact community safety and environmental standards. Though the document's structure is not clearly discernible due to its fragmented nature, it emphasizes collaboration among contractors, adherence to guidelines, and the importance of reporting accurate data for decision-making in governmental contexts. This highlights the essential practices in the public sector for maintaining accountability and efficacy in managing government projects.
    The document outlines guidelines regarding research patient care costs as part of a contract with the NIH. It defines these costs as expenses associated with routine and ancillary services for patients involved in research programs. The document stipulates that these costs should align with Medicare reimbursement principles, excluding the Diagnostic Related Group method. Contractors must seek third-party payments from authorized agencies before invoicing for unrecoverable charges, ensuring all costs are consistent with contract conditions. Additionally, contractors are responsible for identifying research patients eligible for third-party reimbursement. This framework emphasizes the necessity of managing costs efficiently while ensuring compliance with reimbursement protocols set by the Secretary of HHS, thereby highlighting the financial accountability in federally funded research initiatives.
    The document outlines the requirements for disclosing lobbying activities as mandated by 31 U.S.C. 1352. It includes a standardized form (Standard Form LLL) that entities must complete to report their lobbying endeavors related to federal actions such as contracts, grants, and cooperative agreements. The form captures essential details including the type and status of the federal action, the reporting entity's information, the federal agency involved, and the specific amount awarded. It also necessitates the disclosure of lobbying registrants and individuals engaged in lobbying efforts. Compliance is mandatory, with civil penalties ranging from $10,000 to $100,000 for failures to file properly. The form must be filed when there is an initiation or receipt of a covered federal action or any material changes to previous disclosures. This document serves to ensure transparency in federal transactions and holds entities accountable for their lobbying activities within government procurement and funding processes.
    This document outlines supplemental proposal instructions for submitting offers through the NIH Electronic Contract Proposal Submission (eCPS) website as part of a federal solicitation process. It emphasizes the necessity for offerors to register on the eCPS website to ensure timely proposal submission. The format requirements for proposals are specified, including size, margins, font, and spacing, along with page limitations: technical proposals are limited to 40 pages, while business proposals have no page limit. Proposals will be assessed based on the Technical Evaluation Factors detailed in the RFP, focusing on the technical proposal, which must include comprehensive information as outlined in the attached guidance. The business proposal should detail the offeror's proposed costs for various performance periods specified in the RFP. The document aims to facilitate understanding and compliance with the proposal submission process to enhance the overall evaluation and awarding of contracts to suitable offerors in line with NIH guidelines.
    The document details the Contractor Non-Disclosure Agreement (NDA) required for contractors and subcontractors working with the National Institutes of Health (NIH) who may access non-public information. Each contractor must sign an agreement that commits to protecting such information and adhering to confidentiality protocols. The NDA is integrated into NIH Security Awareness courses for registered contractors, while those not in the NIH Enterprise Directory must use a specified NDA form, submitting a signed copy to their Project Officer before beginning work. The agreement outlines the obligations related to the handling of sensitive information, including immediate reporting of any unauthorized access or misuse. Importantly, it reminds contractors of the legal ramifications, including criminal and civil penalties for improper disclosure, referencing multiple laws that govern confidentiality. The document emphasizes the importance of compliance with information protection, establishing a clear framework within which contractors must operate as part of their commitment to safeguarding non-public data under their NIH contracts. Overall, this NDA underscores the NIH's commitment to ensuring that sensitive information remains protected during contract execution.
    The document outlines the requirements for conducting suitability investigations on employees involved in federal contracts. It includes a form for contractors to list employee information, such as names, positions, and the type of investigations needed. The project officer and Information System Security Officer (ISSO) are responsible for providing additional details, including the suitability level, completion dates for non-disclosure agreements, security awareness training, and necessary forms like SF85 and OF 306. The roster aims to ensure compliance with security protocols by tracking employees' suitability status and associated investigation requirements. This structured process is essential for federal engagements, underscoring the necessity of security clearances and proper vetting in contracts tied to public sector initiatives.
    The Employee Separation Checklist serves as a comprehensive guide for managing the departure of staff members from government contracts, addressing both friendly and unfriendly separations. It outlines mandatory actions to be taken when an employee leaves, ensuring security protocols are followed. Key procedures include removing network access, collecting identification, returning government property, and notifying relevant stakeholders like the Project Officer and security officials. In the case of unfriendly separations, additional measures such as restricting access and escorting the individual off-premises may be necessary. The document emphasizes confidentiality responsibilities post-departure and requires certification that all actions were completed as per the checklist. This structure is essential for mitigating risks associated with employee separations, safeguarding government assets, and maintaining operational integrity, in line with federal compliance requirements for contract management.
    The Proposal Intent Response Form is part of the Request for Proposal (RFP) process associated with RFP No. 75N95024R00106, which is focused on Clinical Support Services for the Research Efforts of the NINDS, Stroke Branch. The form requires potential bidders to indicate their intent to submit a proposal and provides space for them to offer reasons if they choose not to respond. This non-binding intent helps facilitate planning for the evaluation of received proposals. The document needs to be returned to the assigned Contracting Officer or Contract Specialist by the specified deadline. Key information to be submitted includes the responder's name, title, organization, and email address, emphasizing the document's formal and structured approach typical in government procurement procedures. This process ensures effective communication and organization in gathering proposals for government-funded projects aimed at advancing clinical research efforts related to stroke.
    The document outlines a Statement of Work (SOW) for Clinical Support Services Contract intended to enhance the research conducted by the NIH/NINDS Stroke Branch. The primary objective is to secure clinical support from an acute care hospital within 15 miles of NIH, focusing on utilizing MRI technology to assess acute stroke and traumatic brain injury patients. The contractor must have specific certifications and provide comprehensive services, including 24/7 stroke coverage, MRI and CT imaging support, and a range of other medical services. Key performance requirements entail patient referrals to NIH research protocols, providing necessary infrastructure including a 3T MRI scanner, and fostering collaboration between NIH and hospital staff. The agreement covers cost responsibilities for standard care versus research activities, outlines requirements for staff privileges, and mandates the creation of quarterly performance reports tracking patient referrals. The contract establishes explicit roles for key personnel, including a Stroke Center Medical Director, and integrates training for NIH team members at the hospital. Moreover, community outreach and increased awareness of stroke prevention are emphasized. The period of performance consists of a base and option periods, highlighting the commitment to ongoing collaboration and research within the community.
    The document outlines the requirements for annual representations and certifications necessary for federal acquisitions, specifically under FAR 52.204-8, effective May 2024. It mentions that the applicable NAICS code is 622110, with a small business size standard set at $47 million. Specific conditions apply regarding small business size standards, especially for entities not manufacturing the end item themselves. Various provisions and certifications that must be included or acknowledged in the solicitation are detailed, such as certifications on independent pricing, disclosures regarding payments, and compliance with labor regulations. Offerors must complete their annual certifications electronically in the System for Award Management (SAM), ensuring that all representations submitted are current and accurate. The document emphasizes the importance of compliance with regulations, their applicability depending on contract value, and the necessity of adhering to specific provisions based on the procurement context. Overall, this document serves as a regulatory framework guiding contractors in their compliance obligations when participating in federal procurement processes.
    The document outlines the cost information required for a technical proposal related to government RFPs, specifying a breakdown of labor and direct costs across a seven-year timeline. It categorizes costs into direct labor, material, travel, and other specified expenses, emphasizing that individual salary details and indirect costs should not be included. The form serves as part of the technical proposal submission process, structured to provide a transparent view of anticipated costs without revealing the total proposal amount. Respondents are instructed to elaborate on each section using additional pages if necessary, ensuring clarity and compliance with federal proposal standards. This document is essential for entities participating in federal grants and RFPs, as it specifies how to present project cost estimates effectively while adhering to regulatory requirements.
    The document outlines key requirements for offerors submitting proposals for a federal project, specifically focusing on the qualifications and commitments of key personnel, including the Project Director and Principal Investigator. It mandates the identification of all currently active federal contracts, agreements, and grants for each proposed key individual, detailing their committed effort levels. Additionally, it requires the submission of information on outstanding proposals that may involve these professionals and a statement concerning the effort they will dedicate to the resulting contract if awarded. The structure emphasizes ensuring transparency regarding commitments and qualifications of all involved key individuals, aiming for a clear assessment of effort allocation in relation to the proposed project. This information is vital for evaluating the feasibility and capacity of the offeror to fulfill the contract requirements effectively.
    The document outlines requirements for research activities involving human subjects conducted or supported by federal departments and agencies adhering to the Common Rule. It emphasizes that such activities must either be exempt or receive approval from an Institutional Review Board (IRB). Institutions applying for support must submit certification of IRB review alongside their proposals, demonstrating compliance with ethical standards for human subject research. The form includes sections for identification of the request type, type of funding mechanism, project details, assurance status, and IRB certification. Researchers must confirm whether their project has been reviewed and approved, and if applicable, provide IRB registration information. This document serves as a certification process for ensuring ethical conduct in research involving human subjects, thus reinforcing compliance with federal policies. Its structured format aims to facilitate clarity and organization in submissions to various federal agencies, ensuring that human subject protections are upheld throughout the research process.
    The document details the requirements for studies involving human subjects, focusing on compliance with federal regulations for clinical trials. The initial sections outline the necessity for unique study titles, exemption status, and criteria defining a clinical trial, such as participant involvement and the nature of the intervention. Key components include population characteristics, eligibility criteria, recruitment plans, and inclusion of underrepresented groups. Protection of human subjects and monitoring plans form an essential part of the protocol, with emphasis on safety and ethical considerations. Further sections address study design specifics, outcome measures, and statistical analysis, as well as the use of FDA-regulated interventions. The document aims to ensure adherence to standards for clinical research, emphasizing the importance of inclusion, data monitoring, and participant welfare. It serves as a comprehensive framework for researchers to prepare proposals for federal grants and RFPs related to clinical trials, reflecting the government's commitment to ethical research practices and participant safety.
    The government seeks clinical support services for its research program studying acute stroke and traumatic brain injury (TBI) patients. This support is essential for a project aimed at developing stroke therapies and utilizing Magnetic Resonance Imaging (MRI) in evaluations. The focus is on procuring services from a hospital within a specific proximity to the NIH campus, certified in stroke care and equipped with a 3T MRI scanner. This facility will provide neuro-intensive care, patient referral, and staff support, including vascular neurologists and research nurses. The hospital must have mandatory requirements, including 24/7 stroke coverage and swift access to the MRI scanner. Specific performance obligations concern stroke unit beds, staff training, and facilitating patient referral for research. Key dates include a planned solicitation release in mid-August 2024, with contracts awarded in September. The contract is anticipated to be a Cost-Reimbursement, Level of Effort-based arrangement with a six-month base period and four 12-month extensions. Offerors are advised to be SAM registered.
    The government seeks clinical support services for its research program studying acute stroke and traumatic brain injury (TBI) patients. The focus is on acquiring services from a nearby acute care hospital to enhance research capabilities. This includes 24/7 patient care, rapid referral, and advanced imaging support, with a mandatory 3T MRI scanner available within a short time frame. The hospital must be certified as a Primary or Comprehensive Stroke Center and located within 15 miles of the NIH campus for rapid response. Specific performance requirements include dedicated beds, staff, and equipment for stroke patients, with additional resources for research. The government requires access to the hospital's facilities, including CT and MRI scanners, with priority given to research-related usage. Key staff, such as a dedicated Research Nurse and Research Coordinator, will be crucial for supporting the research efforts. The contract, anticipated as a cost-reimbursement arrangement, aims to initiate the service provision in September 2024. Offerors are advised to be SAM-registered and should prepare proposals accordingly, with the official RFP available on the SAM website.
    The document outlines an amendment to Request for Proposals (RFP) No. 75N95024R00106 issued by the National Institute on Drug Abuse (NIDA) of the National Institutes of Health. The purpose of this amendment is to update the solicitation and provide answers to questions posed by prospective bidders. Key details include the acknowledgment procedures for offers, which must be submitted before the specified deadline to avoid rejection. The effective period for performance is established from September 28, 2024, to March 27, 2025. The amendment modifies the original contractual agreement, with a focus on ensuring compliance with the federal acquisition regulations and maintaining clarity regarding the timeline and procedural requirements for bidders. By clearly presenting the updated terms and conditions, the amendment aims to facilitate a smooth bidding process while addressing contractor inquiries, thereby supporting the overall goals of the RFP.
    The document is an amendment (No. 0001) to the Request for Proposals (RFP) 75N95024R00106 issued by the National Institute on Neurological Disorders and Stroke (NINDS). The purpose of the amendment is to implement changes to the RFP and provide clarifications to questions from prospective offerors. Key changes include updates to the provisions regarding human subject protections, specifically replacing certain requirements with alternate formats, and clarifying that Attachment 9 on clinical trials is no longer applicable to this proposal. The document emphasizes the importance of including adequate representation of women and minorities in research proposals. Offerors must outline criteria for subject selection, proposed enrollment dates, and outreach programs aimed at recruiting diverse participants, including justifications if any exclusions are proposed. Additionally, it answers questions regarding salary limitations for personnel, the deadline for proposal submissions, and the need to disclose lobbying activities. These details underscore the importance of compliance and transparency in the proposal process. The amendment maintains the original submission deadline of September 9, 2024, and reiterates that proper acknowledgment of the amendment is crucial to avoid rejection of proposals.
    The National Institute of Neurological Disorders and Stroke (NINDS) has issued Amendment No. 0001 for Request for Proposals (RFP) No. 75N95024R00106. This amendment serves to revise the RFP by replacing specific provisions related to human subjects protection and to respond to prospective offeror questions. Key modifications include the replacement of a previous provision with a new one that outlines requirements for the protection of human subjects, and the indication that Attachment 9 concerning clinical trials does not apply. Additionally, the amendment emphasizes the importance of including women and minorities in proposed studies, detailing criteria for subject selection and outreach. The proposal submission deadline remains unchanged at September 9, 2024. Responses to offeror inquiries clarify guidelines on salary caps, deadlines, lobbying disclosures, and applicability of certain regulations. The NINDS explicitly states the need for justification if inclusion of specific populations is not feasible. The overall focus of this amendment is to enhance clarity and ensure compliance with federal guidelines while facilitating proposal submissions for upcoming research contracts.
    This document is Amendment No. 0001 to Request for Proposals (RFP) No. 75N95024R00106 issued by the National Institute on Neurological Disorders and Stroke (NINDS). The amendment aims to revise solicitation details and respond to questions from offerors regarding the RFP. Key changes include the replacement of a provision regarding the protection of human subjects and the exclusion of Attachment 9 related to clinical trials, which is deemed inapplicable. The amendment outlines requirements for proposals, emphasizing the inclusion of women and minorities. It mandates that proposals must detail plans for participant representation, provide rationale for subject selection, and include outreach plans. Responses to inquiries clarify expectations around physician salary caps, the deadline for proposals—which will not be extended due to contract award timelines—and the necessity of including lobbying disclosures as needed. The document underscores the significance of adhering to NIH's inclusion guidelines to ensure diverse representation in clinical research. Overall, this amendment provides essential updates and clarifications essential for prospective offerors to effectively respond to the RFP.
    The National Institute on Neurological Disorders and Stroke (NINDS) has issued Request for Proposal (RFP) Number 75N95024R00106 for Clinical Support Services to aid its Stroke Branch's research efforts. This RFP encourages submissions for cost reimbursement contracts with a base period from September 28, 2024, to March 27, 2025, and includes five optional extension periods. Offerors must submit both technical and business proposals through the electronic Contract Proposal Submission (eCPS) platform by September 9, 2024, with compliance to federal registration requirements, including a System for Award Management (SAM) account. The contract aims to provide clinical support in an acute care hospital setting for evaluating, treating, and enrolling patients suffering from acute strokes and traumatic brain injuries. Essential reporting requirements include Technical Progress Reports and compliance with human subject protections outlined in federal regulations. This solicitation follows strict guidelines for proposal evaluation and contract execution, emphasizing transparency, reproducibility, and the handling of human subject data. Overall, this initiative is vital for advancing stroke therapy research while ensuring rigorous adherence to ethical and operational standards.
    Similar Opportunities
    Sleepworks Service Agreement
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA) and the National Institute of Mental Health (NIMH), intends to award a non-competitive contract for a Sleepworks Service Agreement. This procurement aims to secure a service maintenance agreement for equipment utilized in research focused on identifying electrical activity patterns in the sleeping brain, which is crucial for detecting neurodevelopmental and neuropsychiatric disorders. The contract will support collaborative efforts with various scientific centers to enhance understanding of sleep's role in brain development through advanced recording techniques and biomarker exploration. Interested parties must submit their capability statements by September 23, 2024, at 9:00 a.m. EST, to Robin Knightly at Robin.Knightly@nih.gov, referencing solicitation number 75N95024Q00579.
    Chemistry, Manufacturing and Controls and Related Services for Development of Drug Substances
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for Chemistry, Manufacturing, and Controls (CMC) services related to the development of drug substances. The primary objective is to ensure the Division of Preclinical Innovation (DPI) receives drug substances of adequate quality and quantity to support preclinical and Investigational New Drug (IND)-enabling studies, adhering to current Good Manufacturing Practice (cGMP) standards. This procurement is crucial for advancing therapeutics from preclinical stages to market readiness, emphasizing a multidisciplinary approach and compliance with regulatory requirements throughout the drug development pipeline. The Request for Proposals (RFP) is expected to be released on or about October 4, 2024, with contract awards anticipated in the second quarter of FY2025. Interested parties may contact Samson Shifaraw at samson.shifaraw@nih.gov for further information.
    Terason uSmart Ultrasound System brand name or equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of a Terason uSmart Ultrasound System, or an equivalent product, to enhance clinical and research capabilities in neuromuscular disorders, particularly for pediatric patients. The system must be lightweight, portable, and feature rapid boot-up, image optimization, and comprehensive data storage to meet the needs of the NIH's National Institute of Neurological Disorders and Stroke (NINDS). This acquisition is part of the government's efforts to advance medical research while adhering to federal procurement standards, with a firm-fixed price purchase order anticipated and delivery expected within 30-60 days. Interested small businesses must submit their proposals electronically by September 17, 2024, to Frederick Weddington at frederick.weddington@nih.gov, with inquiries directed to his office at 301-594-6835.
    Surveys and Cognitive Tasks
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA) and the National Institute of Mental Health (NIMH), is seeking a vendor for a non-competitive contract to provide account management, planning, and maintenance for online crowd-sourced surveys and cognitive tasks related to depression and anxiety. The primary objective is to facilitate participation in these surveys for individuals both with and without mental health conditions, thereby supporting research efforts in this critical area. This procurement falls under NAICS code 541910, with a contract period of one year, and is scheduled for award on or around September 23, 2024. Interested parties must submit their capability statements and proposals by September 23, 2024, at 9:00 a.m. Eastern Standard Time, to Robin Knightly at Robin.Knightly@nih.gov.
    A--BPCA Pediatric Trials Network
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for an Indefinite Quantity Contract to establish and manage the Best Pharmaceuticals for Children Act (BPCA) Pediatric Trials Network. This initiative aims to create a robust infrastructure for conducting pediatric clinical trials, emphasizing compliance with federal regulations and ethical standards in research practices. The contract, which has a performance period from May 19, 2025, to May 18, 2033, offers a minimum compensation of $2,500 and a maximum potential value of $149 million, contingent on successful performance. Proposals are due by November 4, 2024, and interested parties can contact Elizabeth J. Osinski at eo43m@nih.gov or 240-550-5028 for further information.
    PREPARATION AND DISTRIBUTION OF RESEARCH DRUG PRODUCTS
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA), is seeking proposals for the preparation and distribution of research drug products under a presolicitation notice. The contract will involve acquiring, importing, and exporting drugs and chemical compounds, as well as developing and analyzing various drug dosage forms, including marijuana and nicotine research cigarettes, to support drug abuse and addiction research. This contract is critical for maintaining a reliable supply of authentic controlled and uncontrolled drug compounds for the research community, with an anticipated award of one indefinite delivery, indefinite quantity (IDIQ) contract over a five-year period. Interested parties must possess a current DEA registration and comply with FDA’s current Good Manufacturing Practices, with proposals due approximately 45 days after the release of the RFP, expected on or about September 20, 2024. For further inquiries, contact Scott Duernberger at scott.duernberger@nih.gov or 301-594-0670.
    Security Support Services for NCATS Access Controlled Doors at 9800 Medical Center Drive, Rockville, MD 20850
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking a contractor to provide security support services for access-controlled doors at the National Center for Advancing Translational Sciences (NCATS) located at 9800 Medical Center Drive, Rockville, MD. The contractor will be responsible for ongoing technical support, remote diagnostics, and on-site service to ensure the security system operates effectively, particularly for areas storing Drug Enforcement Agency (DEA)-controlled substances. This sole-source acquisition is specifically for Datawatch Systems, Inc., which is the only authorized provider for these services at the facility. Interested parties must submit their capabilities by September 18, 2024, to Nick Niefeld at nick.niefeld@nih.gov, as the contract is anticipated to be awarded without full competition.
    MANUSCRIPT PREPARATION MANAGEMENT SERVICES
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide manuscript preparation management services on a sole source basis with BioCentric, LLC. The contractor will be responsible for a range of tasks including coordinating with authors, assisting in writing and editing manuscripts, developing biomedical illustrations, and managing journal submissions and communications. This contract is a follow-on to an existing agreement and will cover a base year with two option years, emphasizing the importance of high-quality medical writing and publication support in advancing NIH's research objectives. Interested vendors capable of meeting these requirements must submit a capability statement to Ms. Van Holley at holleyv@od.nih.gov by September 18, 2024, at 10 AM EST.
    AN14--Research Study Coordinator Services Pre-Solicitation Notice with Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for Research Study Coordinator Services to Brigham & Women's Hospital (BWH) for a one-year period. The objective of this procurement is to recruit stroke patients for a study titled "Developing a rational strategy for visual rehabilitation after cortical lesions," leveraging BWH's extensive experience with over 1,000 stroke patients annually and its proximity to the Jamaica Plains VA Healthcare Center. This contract is critical for ensuring timely patient recruitment and coordination, as BWH is uniquely positioned to provide the necessary access and expertise due to its existing affiliation with the VA. Interested parties may contact the Contracting Officer, Ann Marie Stewart, at annmarie.stewart@va.gov or by phone at 401-919-0878 for further inquiries, noting that the applicable NAICS code is 561110 with a size standard of $19.5 million, and the authority for this action is established under FAR 6.302.5-1.
    A Solicitation of the National Institutes of Health (NIH) and The Centers for Disease Control and Prevention (CDC) for Small Business Innovation Research (SBIR) Contract Proposals
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) and the Centers for Disease Control and Prevention (CDC) seek proposals from small businesses for innovative research projects under the Small Business Innovation Research (SBIR) program. The upcoming solicitation, PHS-2025-1, will open on August 2, 2024, with a closing date of October 18, 2024, and aims to foster healthcare technological innovation and commercialization. Research topics span cancer research, aging, and various health concerns. Offerors must demonstrate the technical and commercial viability of their proposals. This solicitation invites applications for Phase I, Fast Track, and Direct to Phase II projects, with evaluations based on scientific merit, commercial potential, and performance quality. Successful small businesses could receive funding for their research initiatives, contributing to NIH and CDC mission objectives.