INTRODUCTION
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).
The Institute of Mental Health (NIMH) intends to negotiate on a sole source basis with Nquire Services, Inc, 5656 Creel Road, Mariposa, CA 95338.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS
The intended procurement is classified under NAICS code 541910 – Marketing Research and Public Opinion Polling with a Size Standard of $22.5M.
REGULATORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases NOT exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization).
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2023-02 dated March 16, 2023.
DESCRIPTION OF REQUIRMENT
Statement of Need and Purpose
NIMH’s Section on Development and Affective Neuroscience (SDAN), elucidates pathophysiological mechanisms underlying anxiety, depression, and related mood disorders. An in-depth and efficient assessment of clinical symptomatology is the key to this endeavor. We require a system that uses an online platform to collect such data as to allow for efficient data accrual. We also require a system that uses an algorithmic approach to provide automated diagnostic information to clinicians, based on results from the general population. Moreover, the system must be secure and have a track record of efficiency in such setups and security. We have successfully used such a system in the past and have found it to reduce assessment times and cost while yielding a high quality of clinical information.
The contractor shall provide a web platform with the following:
Anticipated Period of Performance:
Base Period – May 01, 2023 – April 30, 2024
Option Period One – May 01, 2024 – April 30, 2025
Option Period Two – May 01, 2025 – April 30, 2026
Contract Type:
A firm-fixed price type contract is planned for this acquisition
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted in accordance with FAR part 10. Particularly, the DAWBA provided by Nquire Services provides algorithmic processing of clinical data which is essential to ensure continuity and comparability of the research.
The intended source is:
Nquire Services, Inc.
5656 Creel Rd.
Mariposa, CA 95338
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.
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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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.
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 Unique Entity Identifier (UEI) assigned by SAM.gov, 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.
All responses must be received by the closing date and time of this announcement and must reference the Notice ID number in this notice. Responses must be submitted electronically to Kristina Jenkins, Contracting Officer at [email protected].
U.S. Mail and fax responses will not be accepted.