Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
MODIFICATION

R -- Specialized Services Related to Environmental Health Activities Related to Lead Poisoning and Healthy Housing

Notice Date
1/21/2010
 
Notice Type
Modification/Amendment
 
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
HHS-CDC-EEHS-SS-09-11278
 
Archive Date
6/5/2009
 
Point of Contact
Lynn B. Walling, Phone: 770-488-2747
 
E-Mail Address
lqw5@cdc.gov
(lqw5@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation No. HHS-CDC-EEHS-SS-09-11278, Presolicitation Notice THIS ACQUISITION HAS BEEN SET ASIDE FOR SMALL BUSINESS COMPETITION --- The Centers for Disease Control and Prevention (CDC), Division of Emergency and Environmental Health Services (DEEHS), Lead Poisoning Prevention/Healthy Housing will issue a Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to furnish all required personnel, materials, equipment and supplies to provide various work and services as specified in individual Firm Fixed Price (FFP) task orders. Solicitation Number 2009-N-11278 will be posted on the Government wide Point of Entry (GPE) www.fedbizopps.gov on or about February 8, 2010. The objective of this acquisition is to provide EEHS with a ready source of technical and scientific expertise in the areas of: epidemiologic studies, surveillance, surveys, data collection and analysis, environmental, chemical and safety engineering, industrial hygiene, sampling, program analysis and evaluation, and field training, information dissemination, in support of the lead poisoning and healthy housing. The contractor should be responsible for furnishing all required personnel, consultants, materials, equipment and supplies to provide various work and services as specified in individual task orders. The applicable NAICS code for this acquisition is 541620 -- Environmental Consulting Services, $7.0 million. The anticipated performance period will consist of one year base period and four (4) 12-month option periods. All responsible sources interested in competing for this acquisition must submit a proposal in accordance with the solicitation when it is released. Please be advised the Government will not maintain a Bidder's List; therefore, interested parties are responsible for periodically monitoring www.FedBizOpps.gov for the release of the solicitation and subsequent amendments. TITLE: Technical and Scientific Environmental Health Services Centers for Disease Control & Prevention (CDC) Introduction: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of ALL qualified sources to perform a potential requirement. Background: Environmental Health Services (EEHS) projects and programs are often a result of internal decisions and external directives, frequently with short deadlines for implementation. This contract will fill a critical EEHS need for a flexible external source of expertise to assist in responding to these requirements by assisting with the work of staff in achieving Division and Branch program objectives. CDC is mandated to support comprehensive programs to prevent lead poisoning in children. CDC-funded state and local programs are part of an interdisciplinary federal effort encompassing programs administered through the Department of Health and Human Services, Department of Housing and Urban Development and the Environmental Protection Agency. Recently CDC and its state and local partners have begun to shift efforts from solely providing direct services (blood lead testing and case management) to primary prevention activities related to lead poisoning (i.e., taking measures to prevent children from lead exposures) and healthy housing. Primary prevention focus is crucial to meeting the Healthy People 2010 (the nation's blueprint for action to improve the public's health,) goal of eliminating childhood lead poisoning by the end of this decade. Purpose and Objectives : The primary purpose of this procurement is to provide an indefinite delivery indefinite quantify (IDIQ) contract to support the Division of Emergency and Environmental Health Services (EEHS), National Center for Environmental Health (NCEH) with a ready source of technical expertise in the area of environmental public health and a range of other specialized public health and related services to respond to the ongoing and growing need for knowledge in Lead Poisoning. The objective of the work to be performed under the proposed contract is to provide EEHS with a source to provide data collection, scientific studies, analyses and models that represent emergency and environmental health mission processes under broad categories of lead poisoning and healthy housing factors affecting children. The Contractor shall be responsible for furnishing all required personnel, consultants, materials, equipment and supplies to provide various work and services as specified in individual task orders. The NAICS code is 541690 - Other Scientific and Technical Consulting Services. Project Requirements : The Contractor shall provide fieldwork, scientific, laboratory analysis and special studies as indicated below. Tasks, services and requirements will be provided on a Task Order basis. Each task order will contain a specific performance work statement, budget and time schedule. Typical projects that the Government may require the Contractor to support or accomplish include, but are not limited to, the following items as they apply to support of emergency and environmental health services: Provide training, convene working groups, create, develop or edit position papers or reports, training products and materials, educational materials; and provide technical assistance, guidance and service in the following environmental health areas: (1) Healthy Housing Inspector Certificate Training sessions (2) National Lead Training Center Administration and Operations (3) Marketing and Communication on Environmental Health issues (4) Healthy Housing Training Network Administration and Operations (5) Children's Environmental Health issues (6) Environmental Justice Issues (7) Programmatic Management Leadership Development (8) Healthy Housing and Lead Poisoning Surveillance System data Management and analysis (9) Lead Poisoning Case Management issues (10) Evaluation modeling and oversight of selected projects (11) Models of best practices in the 21st Century for the delivery of Environmental public health services (12) Assessment and programmatic analysis at state & local level of healthy Housing and lead poisoning prevention projects and areas such as Surveillance, case management, program management and primary Prevention activities. (13) Primary prevention policies assessments, development and Implementation using workshops and other activities. (14) Legislative review of lead and housing ordinances, regulations and laws at State and local levels (15) Strategic plan assessment and development assistance for programs and Organizations at state and local level (16) General lead poisoning prevention topics, projects and activities. (17) General Healthy Housing topics, projects, and activities. (18) Injury Prevention related to Lead Poisoning or Healthy Housing topics, Projects and activities. Provide program management and resources for studies and off site projects in the following environmental health areas; (1) Marketing and Communication on Environmental Health topics (2) Children's Environmental Health topics (3) Environmental Justice Projects and activities (4) Programmatic Management Leadership Development (5) Healthy Housing and Lead Poisoning Surveillance System data Management and analysis (6) Lead Poisoning Case Management (7) Evaluation modeling and oversight of selected projects (8) Models of best practices in the 21st Century for the delivery of Environmental public health services (9) Assessment and programmatic analysis at state & local level of healthy Housing and lead poisoning prevention projects. (10) Primary prevention policies and projects. (11) Legislative review of lead and housing ordinances, regulations and laws (12) Strategic planning for programs and organizations at state and local level (13) General lead poisoning prevention topics projects and activities. (14) General Healthy Housing topics, projects, and activities. (15) Injury Prevention related to Lead Poisoning or Healthy Housing topics, Projects and activities. (16) Medical, social, legal, economic, and/or cross-cutting interventions related to lead poisoning or healthy housing areas. Anticipated Period of Performance : The period of performance shall be up to 60 months from the contract award date. The performance period shall consist of a one (1) year base period and four (4) 12-month option periods. Each task order will specify individual delivery requirements. Other Important Considerations: Offerors shall provide documentation to validate: 1. Experience with Project coordination a. Oversight and direction of scientific studies with particular emphasis on designing and implementing studies in the field of lead poisoning and healthy housing. 2. Expertise with Scientific consultation a. Demonstrate subject matter expertise in the following disciplines: epidemiology; environmental, surveillance, policy development, evaluation and program assistance pertaining to environmental public health issues. 3. Experience with data analysis a. Analysis of epidemiologic survey, laboratory, and other collected data using advanced statistical packages and computer models (e.g., SAS and SUDAAN), b. Expertise in the statistical theory underlying applied statistical methodology, particularly as it is used in the field of epidemiology, and ability to apply those methodologies on collected data. c. Substantial experience in modeling longitudinal cohort analyses, matched and unmatched case-control analyses, survival analyses, mixed linear models, etc. 4. Experience with program/project evaluation and knowledge of CDC's framework for conducting evaluation of public health programs. 5. Knowledge of evaluation principles, concepts, and techniques to provide expertise in evaluating division programs, including cost-benefit or cost-effectiveness analyses to assess the efficiency of a program. 6. Experience performing lead poisoning prevention and healthy housing focused training. 7. Develop materials to support training of local public health professionals, environmental health specialists, emergency responders, aid workers, and staff on using data collection, surveillance instruments, and interview techniques. 8. Publication development and assistance including experience content editing and proofreading. a. Support for developing format and content of public health materials such as manuscripts for peer-reviewed journals, brochures, pamphlets, etc. b. Conduct background research, including a search of the peer-reviewed and popular literature. c. Translation of technical and scientific information into language for a lay audience. 9. Public health message dissemination/health communication a. Develop and disseminate public health messages to prevent or mitigate the effects of exposure to environmental contaminants on human health and to promote environmental health. Capability Statement/Information Sought : Please explain, in detail, your experience, knowledge and ability to provide the following: 1. Capacity to provide project coordination/management staff, both scientific and operational, that are capable of providing expert advice and technical assistance on a wide range of environmental health issues including, but not limited to, local and state government public and environmental health; healthy homes; healthy community design; management of environmental and public health programs, environmental health training programs; and implementing scientific studies, including studies in the field, in keeping with sound current scientific methods, and CDC policies, procedures, and regulations. The contractor must demonstrate that these services can be provided in a timely manner both domestically and internationally. Provide examples of actual experience and ability of providing necessary staff. 2. Laboratory capacity or ability to access laboratories with the capacity to analyze environmental (e.g., water, soil, air, chemical, radiation) and biologic (e.g., blood, urine) samples. Provide examples of actual experience and ability of providing laboratory capacity for environmental and biological sample analysis. 3. Knowledge of epidemiologic statistical analyses, and of the policies that govern data use and privacy issues. As well as their Internal Review Board (IRB) capacity and/or arrangements for conducting human subjects reviews that may be required of some task orders. Provide examples of actual experience and knowledge of conducting epidemiologic statistical analysis and IRB reviews. 4. Capacity to provide publications assistance, to write scientifically at a high level, to develop presentations in accordance with CDC guidelines, and to guide the dissemination of study results to participating communities and study populations. Provide examples of actual experience and knowledge and capacity to provide publication assistance and ability to write scientific papers. Note: If the Offeror does not have any of aforementioned experience, please provide detail as to how the Offeror proposes to accomplish the objectives. Information Submission Instructions: Please include a cover page with 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. Business size classification, (i.e., small business, 8(a), woman owned, veteran owned, etc.) relative to the NAICS code 541690 size standard which is $7.0 M. g. Company Point of Contact, Phone and Email address h. Tax identification number i. Point of Contact, Phone and Email address of individuals who can verify the demonstrated capabilities identified in the response. Page Limitation : Capability Statements shall be limited to 15 pages including cover page. Pages shall be formatted as follows: 8 ½ x 11, 12 pitch, Times New Roman font with one (1) inch margins. Response Due Date: Submit capability statements via email to Pamela A. Woodard, Contract Specialist at plw9@cdc.gov. Responses must be submitted not later than 2:30 pm, Eastern Standard Time (EST) by 21 May 2009. Capability statements will NOT be accepted after the due date. The Government will not return capability statements received. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Contact information : Pamela A. Woodard, Contract Specialist, Phone 770-488-2857, Fax 770-488-2670, Email plw9@cdc.gov Vallerie Redd, Contracting Officer, Phone 770-488-2845, Fax 770-488-2670, Email gfj3@cdc.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/HHS-CDC-EEHS-SS-09-11278/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN02046689-W 20100123/100121235142-40fc9d37857d13eef7a38a18a7570214 (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.