Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOURCES SOUGHT

R -- National Coordinating Center for the Demonstrated Program for the Prevention and Treatment of Sickle Cell Disease

Notice Date
3/23/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
10-99999-DP
 
Point of Contact
Debora Ann Pitts, Phone: 301-443-3789
 
E-Mail Address
dpitts@hrsa.gov
(dpitts@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address Department of Health and Human Services Health Resources and Services Administration The Office of Acquisitions Management and Policy Division of Contracting Operations 5600 Fisher Lane, Room 13A-19 Rockville, MD 20857. Description This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses to provide a National Coordinating Center Coordinating Center for the Demonstration Program for the Development and Establishment of Systemic Mechanics for the Preventation and Treatment of Sickle Cell Diseases for the Division of Services for Children with Special Needs, Maternal and Child Health Bureau (MCHB), HRSA. HRSA will enter into a contract with an entity to serve as the national coordinating center for the demonstration program described by the legislation: P.L.103-357, Section 712(c.3. The overall purpose of the contract is to establish a national coordinating center (Sickle Cell Disease National Coordinating Center [SCD-NCC]) that will coordinate the activities of the grant entities funded under the demonstration program. Upon award of the contract, HRSA will identify the grant entities that the Contractor shall work with throughout the life of the contract. This contract is to be constructed as a three phase contract over a four year period -PROGRAM PLANNING, PROGRAM IMPLEMENTATION OF PROJECTS WITH PROJECTS' AND THE DEMONSTRATION PROGRAM'S EVALUATIONS, AND PROGRAM FINAL REPORTING. In addition to serving as a coordinating center for the demonstration program, the legislation indicates specific activities for this program. In summary, the SCD-NCC shall collect, coordinate, monitor, and distribute data, best practices, and findings regarding the activities funded under grants (the Networks) under the demonstration program; identify a model protocol for eligible entities with respect to the prevention and treatment of sickle cell disease; identify educational materials regarding the prevention and treatment of sickle cell disease; and to prepare and submit a final report that includes recommendations regarding the effectiveness of the demonstration program conducted under this subsection and such direct outcome measures as (1) The number and type of health care resources utilized (such as emergency room visits, hospital visits, length of stay, and physician visits for individuals with Sickle Cell Disease); and (2) The number of individuals that were tested and subsequently received genetic counseling for the sickle cell trait. The Contractor shall perform a comprehensive outcome evaluation of the efforts delivered through this contract. Evaluation of the individual projects (data collection, identification of treatment protocols and educational materials, etc.) supported by this contract shall be reported along with the evaluation of the overall demonstration program supported by funding. The program evaluation effort shall be initiated within the first six months of the contract and be completed by the Contractor during the final year of implementation of this contract-year four (4). The projects' evaluations, ongoing during the entire contract effort, are analyzed by the Contractor during the final project phase in order to determine the extent to which the outcomes proposed with the inception of the effort and reviewed/revised during program implementation have achieved what was intended to be achieved. Qualified contractors must provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: (1) the entity shall have years of experience of recognized expertise with the care and treatment of sickle cell disease. The overall purpose of the contract is to establish a national coordinating center (Sickle Cell Disease National Coordinating Center [SCD-NCC]) that will coordinate the activities of the grant entities funded under the demonstration program. The capability statement shall specify the types of professional persons who will perform the contract activities, including their education, experience and specific technical accomplishments essential to the performance of the project. The contractor shall provide a statement of the mission/purpose, general background, experience, and qualifications of the organizational entity offering to conduct the work described. Include information on similar or related contracts, subcontracts, or grants that the entity has completed. As this is a continuing program with on-going activities, the contractor must be able to plan and execute a Hemoglobinopathy Learning Collaborative within the first ninety days of award of contract. A cost reimbursement type of contract is anticipated, for 48 months from the date of contract award. The NAICS Code is 541611, with a small business size standard of 6000M. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall submit at least three copies of their company's capability statement not to exceed [20] pages, and must include: (1) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. (2) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. (3) Business size for NAICS 541611 (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages)(4) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. (5) Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. (6) If the company has a Government approved accounting system, please identify the agency that approved the system. Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by Ms. Debora Pitts not later than 4:00 PM Eastern Standard time on April 8, 2010 for consideration. Only hard copies of the responses will be accepted. Responses to this announcement will not be returned, nor there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent HRSA solicitation, may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT - Ms. Debora Pitts, Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisition Management and Policy, Division of Contracts Operations, 5600 Fisher Lane, Room 13A-19 Rockville, MD 20857. PLACE OF PERFORMANCE - Contractor Facility.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/102817f2e338bbbececd0ac5651a98b9)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN02099784-W 20100325/100323235307-102817f2e338bbbececd0ac5651a98b9 (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.