Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOURCES SOUGHT

B -- Hepatitis C Virus (HCV) Screening Practices and Prevalence in Primary Care Settings - Draft SoW

Notice Date
6/11/2010
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
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
BBV02PR81320FY10
 
Archive Date
7/7/2010
 
Point of Contact
Betty B Vannoy, Phone: 770-488-2891
 
E-Mail Address
bbv9@cdc.gov
(bbv9@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Attached Statement of Work. The Centers for Disease Control and Prevention (CDC), National Center for HIV/AIDS, Viral Hepatitis, STD, and TB Prevention (NCHHSTP), Division of Viral Hepatitis (DVH), Prevention Branch (PB) is conducting a market survey to help determine the availability and technical capability of qualified small business sources (e.g., HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses) capable of serving the needs mentioned below. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. PURPOSE: The CDC is seeking an organization or an institution for professional services to gain an understanding of how Primary Care Providers (PCPs) in large Primary Care Clinic settings are identifying persons who are anti-HVC+. The contractor will collect and analyze retrospective patient data from electronic medical records of up to four large primary care clinic systems related to HCV risk, risk assessment, and HCV testing practices and outcomes and their related costs. The data will include anti-HCV screening practices and prevalence and stratify those data by demographics, socio-economic status and reason to test (risks, including ALTs and injection drug use) and submission of various reports (e.g. progress reports, protocol, data collection and analysis reports). Minimum eligibility criteria for the Primary Care Clinic settings include: (1) providers must see at least 5,000 unique patients on a quarterly basis and (2) at least one-third of the patients served must be in the high-prevalence birth-cohort (birth years 1945 through 1965). Attached is a copy of the draft Statement of Work. PERFORMANCE PERIOD: Period of performance is 12 months. SPECIFICATIONS: In order to respond to this notice, respondents must be able to perform (experience and or ability to provide) all of the following: 1 The respondent must have current access to Primary Care Clinic Systems (up to at least 4) that already offer anti-HCV testing to patients at risk for HCV infection or with suspected HCV-related symptoms. 2 The ability to have access to electronic medical records including: demographics (e.g., age, sex, and race and ethnicity); laboratory results (ALT, anti-HCV, and HCV confirmatory assay). 3 The ability to collect quantitative retrospective data on HCV screening and testing practices, analyze and submit draft and final reports. 4 The ability to collect qualitative data on HCV screening and testing practices, and analyze and submit draft and final reports. 5 The ability to ensure staff qualifications such as (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 6 The ability to assure quality and validity of data collected (e.g., quality assurance and quality control). 7 The ability to coordinate and conduct meeting logistics. Please include the following in your response: 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 Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at https://www.bpn.gov/ccr/default.aspx g. Company Point of Contact, Phone and Email address The intended procurement will be classified under North American Industrial Classification (NAICS) code 541720 with a small business size standard of $7 million. All respondents are requested to identify their firm's size and type of business. All capability statements must be submitted in writing by June 22, 2010 no later than 10:00 AM eastern standard time. Responses will be accepted via email. Information shall be submitted by electronic mail in.pdf or MS Office format to bbv9@cdc.gov, subject line: BBV02PR81320FY10. The maximum number of pages for submission is 10 pages. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. No collect calls will be accepted. No facsimile transmissions will be accepted. 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)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/BBV02PR81320FY10/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02175751-W 20100613/100611235131-df6a9c06485447ef7a44f302bfdcd0ed (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.