Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

B -- CHEMICAL EXPOSURE ASSESSMENT CONSULTANT FOR IBM-ENDICOTT RETROSPECTIVE COHORT STUDY

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, West Virginia, 26505
 
ZIP Code
26505
 
Solicitation Number
000HCCKC-2009-73644
 
Archive Date
9/10/2009
 
Point of Contact
Rebecca S Mullenax, Phone: 304-285-5880, Kimberly P Groves, Phone: 304-285-5885
 
E-Mail Address
rmullenax@cdc.gov, kgroves@cdc.gov
(rmullenax@cdc.gov, kgroves@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for professional services prepared in accordance with the format in Federal Acquisition Requirements (FAR) 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. The solicitation number for this requirement is 000HCCKC-2009-73644 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Centers for Disease Control and Prevention, NIOSH, Morgantown, WV intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information: CLIN 0001: Total Price: Chemical Exposure Assessment Consultant For the IBM-Endicott Retrospective Cohort Study $ The period of performance for this effort is delineated in the Statement of Work under each task. Statement of Work TITLE: Chemical Exposure Assessment Consultant for the IBM-Endicott Retrospective Cohort Study I. BACKGROUND The Industry-wide Studies Branch (ISB), Division of Surveillance, Hazard Evaluations and Field Studies (DSHEFS), National Institute for Occupational Safety and Health (NIOSH), Cincinnati, Ohio performs work involving the initiation, design, conduct, and reporting of occupational health research studies. This research includes, but is not limited to historical exposure assessments which are part of epidemiologic studies designed to determine the adequacy of current exposure standards, evaluate worker exposure controls, develop new methods for evaluating the health effects of occupational exposures, and/or explore the association of mortality or illness with exposure to hazardous agents. II. PURPOSE NIOSH is conducting an epidemiologic cohort study of a former IBM plant located at Endicott, New York, that has produced a variety of microelectronic components as well as equipment associated with accounting, printing and computing machines. A chemical exposure assessment is needed in conjunction with the epidemiologic study. Electronic data as well as hard-copy documents containing information related to potential chemical exposure have been obtained by NIOSH from the former operator of the site. These records contain information generated by the Endicott site industrial hygiene organization through the past several decades. The records do not cover the entire period of the study and the data contained are not directly suitable for determination of worker exposures suitable for epidemiologic study. An exposure assessment database is being developed by NIOSH to combine the electronic records and data coded from the hard copy records to make these data available for study. The goal of the epidemiology study is to determine if associations exist between employment at the site and certain health outcomes. The study will additionally attempt to determine whether associations exist between these health outcomes and the type of exposure potentially experienced by workers. The goal of the exposure assessment is to use historical site records, and other appropriate information, to identify important chemical agents which have been used at the site, to develop categories to group individuals with similar potential for exposure over time, and to associate the study cohort of site workers with these exposure-based categories so that exposure-based epidemiologic analyses can be performed. III. SCOPE OF WORK The objective of the services provided under this Statement of Work is to provide retrospective occupational exposure assessment expertise as specified in the tasks detailed below, under the general direction of the Technical Monitor and in consultation with the NIOSH Endicott exposure assessment team. Consultant expertise is needed to provide consultation and support in the development of appropriate exposure assessment methods; to provide review and comment on the organization and compilation of available Endicott exposure assessment data in light of overall Endicott epidemiologic study objectives; to provide consultation regarding any additional data needs and appropriate data collection methods; to provide consultation and support in the application of the selected exposure assessment method and completion of the assessment. The consultation services shall result in production of a NIOSH computer file, containing exposure assessment data for the Endicott workforce and appropriate for use in the associated epidemiologic study. IV. TASKS TO BE PERFORMED General: Within four (4) weeks of the award of the task order the consultant shall become fully familiar with the project by reviewing the Endicott study protocol and related documents (e.g. reviewer comments), the feasibility study, and other materials as directed by the technical monitor (e.g. the electronic files including exposure-related data). The work methods and timing of the work tasks shall be performed as directed by the technical monitor and in coordination with other personnel working on the Endicott project. Anticipated time frames for the tasks are included below. Documentation of completion of the work tasks shall be received within two (2) weeks of request by the technical monitor. Responses to routine requests (e.g. for review/comments of interim documents, etc.) shall be received within two (2) weeks of request by the technical monitor. The consultant shall provide a quarterly report summarizing progress and a final report at the conclusion of the work. Task 1. Initial exposure assessment approach and data review: (estimated level of effort - 60 hours) (anticipated time frame - September, 2009) 1a) In consideration of the study needs and the data available, the consultant shall draft a recommended initial exposure assessment approach and shall work with the NIOSH exposure assessment study team in finalizing this initial approach to the assessment of exposure to study subjects. 1b) Data are currently being coded from the original records, and work is underway to begin organizing these data for the exposure assessment. In light of the initial approach selected (see item above), the consultant shall review and provide comments and recommendations on electronic files and reports developed by the NIOSH exposure assessment team, which may include but not be limited to the following: summaries of Endicott historic air monitoring data; Endicott site process history; Endicott site chemical use history; and Endicott site organizational history and work history data. In addition, the consultant shall provide advice concerning the type and content of additional files and reports needed for the exposure assessment using the IBM records currently available at NIOSH. Task 2. Evaluation of additional data needs: (estimated level of effort - 40 hours) (anticipated time frame - September/November, 2009) After review of the data available from original source records currently available at NIOSH (see Task 1 above), the consultant shall provide advice and recommendations regarding the need for additional data, likely sources for such data, and consultation and recommendations on data collection methods/instruments appropriate for NIOSH to obtain the additional data. Task 3. Exposure assessment method development: (estimated level of effort - 80 hours) (anticipated time frame - June/July, 2010) Considering all the data available at NIOSH (including additional data obtained as a result of Task 2 above) the consultant shall provide a recommended methodology for conduct of the exposure assessment. The recommended methodology shall address overall Endicott epidemiologic study objectives; the Endicott study protocol; reviewer comments; and exposure assessment validation, and other factors determined to be appropriate. The recommended methodology shall include all details needed for the assignment of exposure to study subjects. The consultant shall work with the NIOSH study team to use this document as a basis to develop the final methodology to be used for conduct of the exposure assessment. Task 4. Exposure assessment implementation: (estimated level of effort - 40 hours) (anticipated time frame - July/August, 2010) The consultant shall participate with the NIOSH team in the implementation of the methodology to produce the completed exposure assessment, including making final exposure assignments for all study subjects. TRAVEL: Performance of these tasks requires some consultant travel to NIOSH offices to facilitate access to necessary research data and to facilitate coordination of consultant and government employee research activity. Some work can be performed at the consultant's normal work location. While at NIOSH, the work location will be the NIOSH facilities at 5555 Ridge Avenue, Cincinnati Ohio. Consultant travel to other sites associated with the study (e.g. Endicott and/or Binghamton, NY) may be required. NIOSH is estimating a total of three (3) to five (5) trips. The duration of each trip is estimated at two (2) to five (5) days. V. GOVERNMENT FURNISHED MATERIALS NIOSH will supply workspace necessary to conduct the activities within the task, while the consultant is located at the NIOSH Cincinnati offices, and will provide access to appropriate NIOSH data. The data that will be accessed by the consultant is subject to the provisions of the Privacy Act and PHS 308(d) Assurance of Confidentiality. Consultants must comply with these provisions. A Security Clearance is not required to complete any of the tasks in this Statement of Work. VI. PERIOD OF PERFORMANCE August 31, 2009 - September 30, 2010 VII. DELIVERABLES Task 1. a) A recommended initial exposure assessment approach document (and work with NIOSH to develop a final document). b) Comments and recommendations regarding existing Endicott data, and recommendations for development of additional data files from existing NIOSH records sources. Task 2. A document containing recommendations regarding additional data needs from sources not currently available at NIOSH, likely sources for such data, and recommendations on data collection methods/instruments appropriate to obtain the additional data. Task 3. A document containing a recommended methodology for conduct of the exposure assessment (and work with NIOSH to develop a final document). Task 4 Participation in the final exposure assessment process as evidenced by appropriate documentation (e.g. computer files, document mark-ups, etc.). VIII. Payment Terms Invoices may be submitted for partial payment 30 days after completion of each task or as otherwise agreed to by the government. Your quote shall include the following: • Total proposed price for each Task individually broken out using the approximate labor hours listed in the SOW • Resumes of key personnel • Capability Statements in accordance with the Statement of Work • Past Performance information on 3 relevant Offerors shall submit the past performance information as part of their past performance proposal. The offeror should include the last three (3) contracts completed during the past three years and all or at least three (3) contracts currently in process for the offeror. Contracts listed should be for work of a similar nature to this requirement. Contracts listed may include those with the Federal Government, agencies of state and local governments and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for predecessor companies, corporate officers, proposed key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement. The following information should be included for each contract listed: 1. Name of Contracting Organization; 2. Contract Number; 3. Description of services provided under the contract and the ways the services performed are relevant to the services required under this RFP (please be specific or attached the SOW); 4. Names, addresses, telephone numbers, e-mail address (if known) and facsimile numbers of the Contracting Officer and the Project Officer for all Government contracts. Names, addresses, telephone numbers, and facsimile numbers of private sector contacts equivalent of a Federal Government Contracting Officer and Project Officer (operation manager); 5. The dollar value of the contract; 6. Contract type (Firm-fixed price, cost-plus-fixed-fee, etc.); 7. Period of Performance; 8. Place of performance; 9. The number and type of personnel assigned in performance of the contract; 10. Information on problems encountered on the identified contracts and the offeror's corrective actions; 11. Copies of the most recent Past Performance Evaluation issued to the offeror under each contract listed IX. Minimum Vendor Requirements Scientific services of an individual with recognized expertise in retrospective occupational chemical exposure assessment are needed. Qualifications include a PhD degree in occupational health or related discipline. Publication of research evidencing prior related work of appropriate scope and complexity is needed. Knowledge and experience in the design and implementation of retrospective exposure assessments to be used in conjunction with epidemiologic studies is needed, with preference for knowledge/experience in the microelectronics or related industry. XI. Evaluation Criteria The Government shall perform a review of proposals in accordance with the following criteria. Technical Approach - has the consultant provided a work plan in response to these tasks that is feasible, realistic, and understandable? 30 pts Personnel - Is the person proposed in the work plan appropriate in terms of education and experience? Is the person proposed appropriate in terms of participation in prior studies? Is the person proposed available for the time frame proposed in the task? 50 pts Past Performance - has the applicant demonstrated a successful record of performance for similar work performed for NIOSH? 20 pts Cost - are personnel costs appropriate in terms of the education and experience of the proposed personnel? Are non-personnel costs appropriate to the tasks to be accomplished? The results of the cost proposal review will be used in conjunction with the total score for the elements above making an award decision that represents the best value to the Government. This acquisition is not a set-aside for small business under North American Industry Classification System code 611310, College and Universities. It is the offer or's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-32. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. Full text clauses are located in Attachment 1: FAR 52.212-1, Instructions to Offerors-Commercial Items, and any addenda to the provision as listed in this notice; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items- (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov, see attachment 2. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.204-6, Data Universal Numbering System (DUNS) Number FAR 52.204-7, Central Contractor Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Sep 2007); FAR 52.309-2, Prohibition on Contracting with Inverted Corporations FAR 52.219-28, Post-award Small Business Program Representation (Apr 2009) FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.247-4, F.O.B. Destination; FAR 52.246-4, Inspection of Services- Fixed Price FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil ); HHSAR 352.270-6, Publications and Publicity; HHSAR 352.270-13, Tobacco Free Facilities To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website. No telephonic quotes will be processed. All responses must be received no later than 4:30 P.M., Eastern Standard Time on 14 August 2009. Please send all questions and quotes to Rebecca Mullenax at RMULLENAX@CDC.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/MNIOSH/000HCCKC-2009-73644/listing.html)
 
Place of Performance
Address: NIOSH, 4676 COLUMBIA PARKWAY, CINCINNATI, Ohio, 45226, United States
Zip Code: 45226
 
Record
SN01900330-W 20090807/090806001142-d774c76c45cf475798c687915e19e6e3 (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.