Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2009 FBO #2767
MODIFICATION

A -- ANNOTATED REVIEW OF BEST PRACTICES IN MEDICAL COUNTERMEASURES AND RESILIENCY

Notice Date
6/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
PSCOS4338
 
Archive Date
7/10/2009
 
Point of Contact
Janet L Glasz, Phone: 301-443-2329
 
E-Mail Address
JANET.GLASZ@PSC.HHS.GOV
(JANET.GLASZ@PSC.HHS.GOV)
 
Small Business Set-Aside
N/A
 
Description
TITLE : Annotated Review of Best Practices in Medical Countermeasures and Resiliency ASPR, Office of Preparedness and Emergency Operations Introduction: This is a SOURCES SOUGHT NOTICE to determine the availability of potential businesses that can provide an innovative methodology and application to identify, categorize and evaluate the relevant literature and best practices associated with models of both medical countermeasure distribution and enhancing community resilience in the face of disaster. The innovative methodology shall allow the available literature to be synthesized as well as evaluate potential effectiveness and replicability of models of best practice. The final product expected is a hard copy report and relevant information in a searchable electronic format. Potential businesses shall state their business size and business status, (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business, large business, non-profit business). History: Under Health and Human Services (HHS), Assistant Secretary for Preparedness and Response (ASPR) is responsible for the coordinating and directing the Department’s public health and medical emergency preparedness and response programs, as well as ensuring the sustained public health medical readiness for our communities and our nation against bioterrorism infectious diseases outbreaks, and other public health threats and emergencies. Describe the work: NAICS Code: 541690 The contract will include the following scope of services: 1. Establish a Project Advisory Group (PAG) 2. Develop criteria for determining what constitutes a model practice for medical countermeasures and community resilience enhancement 3. Develop research themes 4. Develop methodology, subtasks and activities for developing templates, categorizing and cataloguing all useful documents into a user friendly classification system. 5. Develop an electronic data base 6. Present final report 7. Produce a peer-review article List Contractor Requirements: Potential businesses shall be capable of conducting a nationwide, critical evidence-based literature review that will extend beyond conventional disaster, medical and public health literature, to include the “grey literature” of reports, briefings, and white papers. The literature review shall include affiliated academic literatures such as organizational theory and science, public administration, political science, sociology, anthropology, history, economics, social work, business, and psychiatry, among others. Potential businesses shall possess access, experience and leadership in the practice of research, specifically disaster and terrorism readiness. Research teams shall be capable of caucusing with key informants and subject matter experts. The level of expertise requires interoperability in disaster and terrorism readiness that fosters academic, public health and lay collaborations to complete a comprehensive, systematic review or synthesis of literature detailing best practices associated with countermeasure distribution and community resiliency Contractor Capability Address your company’s capabilities Please provide your organizations experience, knowledge and ability to provide an innovative methodology and application of that methodology to identify, categorize evaluate and synthesis literature and best practices associated with models of both medical countermeasure distribution and enhancing community resilience in the face of public health threats and emergencies. Capability statements shall also include the following information: company name, address, point of contact, phone/fax/email, DUNS Number, and business size and and status,(e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business) including any letters, certificates, or similar documentation indicating such status; corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); and tax identification number. Capability Statements shall be limited to 10 pages and shall include any/all teaming arrangements. Please include the following Business Information -- a.DUNS: b.Company Name c.Company Address d.Current GSA Schedules appropriate to this Sources Sought e.Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f.Type of organization as validated via the Central Contractor Registration (CCR). All organizations planning to do business with the Government must register on the CCR located at http://www.ccr.gov/index.asp. g.Company Point of Contact, Phone and Email address h.Point of Contact, Phone and Email address of individuals who can verify the demonstrated capabilities identified in the responses. Teaming Arrangements: All teaming arrangements shall also include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. Responses must be submitted on or before June 25, 2009, 5:00 pm. E astern. Capability statements will not be returned and will not be accepted after the due date. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates ASPR to award a contract. The sole intent is to obtain capabilities for set-aside and procurement planning purposes. Contact information: Janet Glasz, Contracts Specialist, ( email; janet.glasz@psc.hhs.gov) Tel: 301-443-2329
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSCOS4338/listing.html)
 
Place of Performance
Address: Contractor's location, United States
 
Record
SN01852204-W 20090624/090622235619-c65bf83998e40e724e320fcb374caeab (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.