Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
MODIFICATION

R -- Medical Editor Services

Notice Date
8/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Justice, Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Room 5002, Washington, District of Columbia, 20534
 
ZIP Code
20534
 
Solicitation Number
RFQCOB009-9
 
Point of Contact
Donna F. Harris, Phone: 202-307-3943
 
E-Mail Address
ddharris@bop.gov
(ddharris@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons, Central Office Business Office is seeking quotes from qualified parties in the Washington DC commuting area (within a 50 mile radius of the Central Office 320 1st Street location) interested in providing Medical Editing Services to the Health Services Division, Office of Quality Management. Responsibilities will include: Research specified topical areas for the clinical practice guidelines under the direction of the designated project manager. Edit drafts of the Clinical Practice Guidelines for spelling, grammar, punctuation, capitalization, hyphenation; consistently format text and graphics; adhere to standards for terminology; assess sentence complexity and use of active or passive verbs; assure conciseness, clarity, and logical development of ideas; identify unnecessary duplication of information or lack of necessary information. Consult with the project manager on how to simplify and clarify the presentation of complex medical information. Distill or translate complicated narrative information into more usable, visual formats, including: bulleted lists; simple step-wise instructions; clearly organized tables; and easy-to-follow flowcharts. Validate references; assure that all references are presented in a standard format; check accessibility of hyperlinks to internet references. Create tables of contents, indexes, and insert hyperlinks throughout the documents to maximize accessibility of the guidelines for medical practitioners. Desk-top publish the Clinical Practice Guidelines utilizing Microsoft Word and convert into PDF format. Perform final proofs prior to issuance of each guideline. A single-award, indefinite-delivery Requirements type contract with firm-fixed unit prices is anticipated. The contract period will consist of a Base period and four 1-year option periods. An estimated 15 sessions per week or 780 sessions per contract period is anticipated. For the purpose of this contract, the term "session" is equal to 1 hour. This acquisition is being conducted pursuant to Federal Acquisition Regulation (FAR) Part 12 and 13.5. Interested parties will be evaluated based on the criteria identified in the Solicitation. Evaluation will be "go/no go" meaning ALL identified criteria must be met to be considered for award. Award will be based on lowest price offered to the Government among technically acceptable responses. A technically acceptable response is defined as one that meets all of the minimum technical requirements identified in the Statement of Work. This requirement is being solicited as a 100% small business set-aside. It is expected that the solicitation will be available on or about August 17, 2009 and will be distributed solely through the General Services Administrations Federal Business Opportunities website at www.fedbizopps.gov. All future information concerning this acquisition, including solicitation amendments, will be distributed solely through this website. Interested parties are responsible for monitoring this site to ensure the most up-to-date information about this acquisition is obtained. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. All contractors doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database. Failure to satisfy this requirement will result in an immediate exclusion from any award consideration. The website for registration is www.ccr.gov. In addition, interested parties should also be registered and complete the On-Line Representations and Certifications Application (ORCA). Information and registration details can be found at http://orca.bpn.gov. Responses to this solicitation may be submitted electronically via fax to (202) 514-0523 or via email to ddharris@bop.gov. Responses may be mailed to Federal Bureau of Prisons, Central Office Business Office, 320 1st Street, NW, Washington DC 20534. All responses shall be to the attention of Donna Harris, Supervisory Contract Specialist. All responses shall be received no later than the date and time identified in the Solicitation document. Faith-Based and Community Based Organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/COBO/RFQCOB009-9/listing.html)
 
Place of Performance
Address: 320 1st Street, NW, Washington, District of Columbia, 20534, United States
Zip Code: 20534
 
Record
SN01914445-W 20090819/090818001155-916c1bcedd8b9ce3900e1dff59e7a04d (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.