Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOLICITATION NOTICE

B -- Taxonomy of Public Health Preparedness Programs

Notice Date
1/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting 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
2009-Q-11084
 
Response Due
1/29/2009
 
Archive Date
2/13/2009
 
Point of Contact
Lawrence R. McCoy,, Phone: 770-488-2087, Vivian S Hubbs,, Phone: (770) 488-2647
 
E-Mail Address
lmccoy1@cdc.gov, vhubbs@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention intends to issue a sole source contract or purchase order to the University of Alabama at Birmingham to provide expert advice on the structure and organization of public health programs within the state health departments throughout the United States. The contractor will provide expert advice on how to include these models into evaluations of the effectiveness of public health programs in the United States. Provide a taxonomy of the structure and organization of public health preparedness program, which will further efforts to understand and classify public health preparedness programs, and provide a white paper on how to analyze the budgetary spending patterns of the PHEP grantees using the taxonomy developed. The University of Alabama at Birmingham will utilize the expertise of W. Jack Duncan, Ph.D., Professor and University Scholar in Management in the Graduate School of Management, Professor of Health Care Organization and Policy and a Senior Scholar in the Lister Hill Center for Health Policy in the School of Public Health, and Professor of Health Services Administration in the School of Health Professions. It is the Government's belief that only one responsible source exists that is able to satisfy agency requirements, and that Professor Duncan and his colleagues in the Department of Health Care Organization and Policy are the only known researchers, to our knowledge, who have extensively studied and published peer-reviewed papers on the structure and organization of public health preparedness programs specifically related to the programs provided by the Centers for Disease Control and Prevention. The proposed contract action is for commercial items which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 6.302-1. Interested persons may identify their interest and capability to respond to the requirement. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. It is the Governments belief that only one responsible source exists and no other product or services will satisfy agency requirements. The following requirement is for the Division of State and Local Readiness (DSLR) with the Coordinating Office for Terrorism Preparedness and Emergency Response, Centers for Disease Control and Prevention (CDC). This solicitation is issued by Department Of Health And Human Services, Center For Disease Control And Prevention, Procurement And Grants Office (Atlanta) and this announcement constitutes the solicitation. The solicitation is issued as Request For Quote (RFQ) 2009-Q-11084 and offers must be submitted in writing (oral offers will not be accepted) by email. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). The SIC Code is 8999; the North American Industry Classification System (NAICS) code is 541690, SIZE: $7.0M. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-3 Offeror Representations and Certification-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (specifically the following clauses cited in FAR 52.212-5 are applicable to this solicitation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 222.21 Prohibition of Segre gated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.247-34. Offerors shall include a completed copy of the provision at 52.212-3, offerors representations and certifications - commercial items, with your quote. The best way to complete this certification is to download the FULL TEXT of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification, and fill in the appropriate blanks. Responses should be emailed to LMcCoy1@cdc.gov no later than Thursday, January 29, 2009 by 12:00 P.M. (noon) Eastern Standard Time. Submission should be emailed as either a pdf or MS office attachment. Submissions should be on company letterhead and include companys name, point of contact, address, phone number, fax number, DUNS Number, and Solicitation Number 2009-Q-11084. Offers will not be accepted by facsimile. All quotes must be clearly marked on the subject line of the e-mail (Ref: 2009-Q-11084). All responsible sources that can meet the above requirements may submit a quote, which may be considered by the Agency. For questions contact Lawrence R. McCoy via e-mail at LMcCoy1@cdc.gov. ****
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1240da70373096afec1ebdb2fb5f6d18&tab=core&_cview=1)
 
Place of Performance
Address: 1600 Clifton Road, Atlanta, Georgia, 30329-4018, United States
Zip Code: 30329-4018
 
Record
SN01732075-W 20090116/090114215325-1240da70373096afec1ebdb2fb5f6d18 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.