Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
DOCUMENT

R -- Suport Services for NCEH/DEHHE - Draft Statment of Work - FAR 52-219-14

Notice Date
12/11/2008
 
Notice Type
FAR 52-219-14
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
FTG7-RFI-DEHHE
 
Archive Date
1/24/2009
 
Point of Contact
Lionel E. Nadeau,, Phone: 770-488-2621, Vallerie M Redd,, Phone: 770-488-2845
 
E-Mail Address
lnadeau@cdc.gov, gfj3@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
Purpose : This Special Notice is a Request for Information (RFI) to facilitate CDC's market research efforts to determine an acquisition strategy for a new requirement described below. This is not a solicitation and thus proposals are not requested and will not be accepted. Please do not request to be added to a "bidders list" because the contracting officer will not create such a list since any resulting solicitation will be posted to FEDBIZOPS for all interested and eligible offerors to respond. Background : The National Center for Environmental Health, Division of Environmental Hazards and Health Effects (NCEH/DEHHE) requires various services broadly described in the attached draft Statement of Work (SOW). Such services are presently performed by numerous contractors. CDC seeks to consolidate (a.k.a. "bundle") such services under a single, task order contract to streamline the acquisition process, reduce acquisition lead times, reduce the administrative burden, and increase the overall efficiency of acquiring such services. The contracting officer will coordinate the results of this market research with the Small Business Administration (SBA) procurement center representative (PCR) in accordance with Federal Acquisition Regulation (FAR) 10.001(e) for a final acquisition strategy determination. In accordance with FAR 10.0001 (c)(2)(ii), the contracting officer will notify "...the affected incumbent small business concerns of the Government's intention to bundle the requirement..." once the acquisition strategy determination is made. Objective of RFI : Offerors interested in the contemplated acquisition are invited to submit a capability statement (in accordance with Response Instructions below) to demonstrate the depth and breadth of their professional and scientific capabilities to perform the services described in the attached draft SOW. The primary purpose of this RFI is to determine whether or not adequate competition exists among small businesses to conduct a small business set aside acquisition. Thus, small businesses, in particular, are encouraged to respond to this RFI. Any solicitation and resulting contract awarded on the basis of a small business set aside will include Federal Acquisition Regulation (FAR) 52.219-14 Limitation on Subcontracting. This clause requires that "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." The full text of the clause is provided as an attachment to this RFI. Additional Information : Key features of the contemplated contract: 1. Contract type: Indefinite Delivery/Indefinite Quantity Task Order; 2. Task Order Type: each task order may be either Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP) or a combination of CPFF and FFP depending upon the nature of the requirement; 3. Single Award; 4. Duration: Base Year plus 4, one-year Option periods; 5. Total (initial) estimated ceiling price: $20M. Response Instructions : Prepare and submit your response as follows: 1. Name and address of business and point of contact information (phone # and email address); 2. Identify your business size status relative to NAICS code: 541990 Other Professional, Scientific, and Technical Services $7.0M Note: Offerors may comment on the NAICS code selected and propose an alternate NAICS code that the contracting officer may consider if the contracting officer determines that the alternate NAICS code is more representative of the services being acquired. The NAICS code manual is available at: http://www.sba.gov/idc/groups/public/documents/sba_homepage/serv_sstd_tablepdf.pdf 3. Provide a one page introduction of your company. 4. Discuss your capabilities, resources (e.g. personnel, facilities, ability to subcontract services not otherwise available in-house), technical knowledge and experience for each of the following topics 'a' thru 'f': a. Epidemiologic concepts, principles, and practices as they relate to environmental hazards and other special epidemiologic programs (e.g., natural and manmade toxins, public health disaster surveillance and response, water quality, exposure assessment); b. Scientific expertise and technical assistance in planning, designing, and implementing environmental epidemiology studies of current or potential public health problems related to environmental exposures (e.g., pesticides, metals, poisons, toxins, technologic and natural disasters); c. Surveillance systems and data, especially the practices and special considerations for establishing systems and analyzing and interpreting data; d. Federal regulations and policies regarding human subjects, privacy, and contractual procedures; e. Public relations, health education, health communication related to complex epidemiology studies and sometimes sensitive environmental exposure issues; f. Identify relevant examples of past and/or current experience and include a brief explanation of the nature of the work, labor skill mix used and dollar value. Such examples should relate to the General Functional Areas listed in the attached draft SOW. For each example, identify what percentage of the work was performed by in-house employees versus subcontractor or consulting personnel. 5. Interested offerors may also comment on the draft SOW and may suggest changes which the Government will consider when developing the final SOW. Any suggested changes should include a brief explanation for the advantages / benefits such suggestions will contribute to the SOW. Note: SOW comments are optional. 6. Page limit: 15 7. Submit response to the contracting officer via email: FTG7@cdc.gov not later than the response due date and time stipulated in this RFI notice. FAX responses are not acceptable unless otherwise authorized.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=493dee5b0d0e0b282a47598825d7360a&tab=core&_cview=1)
 
Document(s)
FAR 52-219-14
 
File Name: Draft Statement of Work (Draft SOW_FY09.pdf)
Link: https://www.fbo.gov//utils/view?id=e7c6f9ec91997ed9206ddb16c2d0f51e
Bytes: 81.24 Kb
 
File Name: FAR Clause 52.219-14 (52-219-14 Limitation on Subcontracting.pdf)
Link: https://www.fbo.gov//utils/view?id=0e19bd7e0d055d4d2b3645e0bee558ac
Bytes: 11.05 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: CDC Atlanta as required and contractor's facility, Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01717808-W 20081213/081211220915-493dee5b0d0e0b282a47598825d7360a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.