Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

R -- Opiate and Opioid Intoxication

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
 
ZIP Code
15236-0070
 
Solicitation Number
2011-Q-12015
 
Archive Date
9/21/2011
 
Point of Contact
Lorenzo M. Brown, Phone: 412-386-6459, Larry Guess, Phone: 412-386-6828
 
E-Mail Address
LMBrown1@cdc.gov, lguess@cdc.gov
(LMBrown1@cdc.gov, lguess@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) THIS RFQ IS IS NOT A SMALL BUSINESS SET-ASIDE. PAGE OF PAGES 1 12 1. REQUEST NO. 2011-Q-12015 2. DATE ISSUED 09/12/2011 3. REQUISITION/PURCHASE REQUEST NO. 00HCUHD3-2011-99784 4. CERT. FOR NAT. DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1 RATING 5a. ISSUED BY Centers for Disease Control and Prevention (CDC) Contracts Management Branch PO Box 18070, 626 Cochrans Mill Rd Pittsburgh, PA 15236-0070 6. DELIVERY BY (Date) 9/15/2011 2PM EDT 5b. FOR INFORMATION CALL (No collect calls) NAME TELEPHONE NUMBER AREA CODE NUMBER LBrown (LMBrown1@cdc.gov) 412 386-6459 8. TO: 9. DESTINATION a. NAME b. COMPANY a. NAME OF CONSIGNEE c. STREET ADDRESS b. STREET ADDRESS c. CITY d. CITY e. STATE f. ZIP CODE d. STATE e. ZIP CODE 10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5a ON OR BEFORE CLOSE OF BUSINESS (Date) 9/15/2011 2PM EDT IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter. 11. SCHEDULE (Include applicable Federal, State and local taxes) ITEM NO. (a) SUPPLIES/SERVICES (b) QUANTITY (c) UNIT (d) UNIT PRICE (e) AMOUNT (f) Please submit quotes to LMBrown1@cdc.gov by 2PM EDT Thursday, September 15, 2011. 12. DISCOUNT FOR PROMPT PAYMENT a. 10 CALENDAR DAYS % b. 20 CALENDAR DAYS % c. 30 CALENDAR DAYS % d. CALENDAR DAYS NUMBER PERCENTAGE NOTE: Additional provisions and representations are are not attached. 13. NAME AND ADDRESS OF QUOTER 14. SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTATION 15. DATE OF QUOTATION a. NAME OF QUOTER b. STREET ADDRESS 16. SIGNER a. NAME (Type or print) b. TELEPHONE c. COUNTY AREA CODE d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) NUMBER AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 18 (REV. 6-95) Previous edition not usable Prescribed by GSA FAR (48 CFR) 53.215-1(a) Line Items ITEM SUPPLIES / SERVICES QTY / UNIT UNIT PRICE EXTENDED PRICE 0001 To Develop a position paper that would provide guidelines in determining deaths from Opiate and Opioid intoxication 1 Job The government anticipates award of a firm fixed price type order. STATEMENT OF WORK Title of Project: Development of a position paper that would provide guidelines in determining deaths from opiate and opioid intoxication Period of Performance: 09/30/2011 - 01/30/2013 C.1 Background and Need - Drug poisoning, also known as overdose or intoxication, is a growing health problem in the United States. Drug overdose death rates have risen to unprecedented heights, with over 27,000 such deaths in 2007. Drug overdose death is second only to motor vehicle crashes as a leading cause of injury death. Among the leading types of drugs, opioid analgesics are associated with the most deaths, followed by cocaine and heroin. Many deaths involve combinations of these types of drugs and others. The U.S. has a long history of heroin overdose deaths, but overdoses of prescription opioids such as OxyContin have only come to the fore since 1999. Deaths due to heroin were in some ways easier to investigate and certify as due to drug abuse because heroin use was by definition illicit; there were no approved medical uses of heroin. Similarly, when heroin metabolic breakdown products like morphine were found in postmortem examinations in the past, the parent drug was usually heroin. Today, however, since about 10 million Americans now use prescription opioid analgesics chronically for pain, many people have such pharmaceuticals in their postmortem toxicology even though they were not using the drug recreationally. Moreover, thousands of Americans are using opioid painkillers like morphine for both legitimate and illegitimate reasons, so determining whether the person took heroin or morphine is more difficult. The much larger number of depressant drugs being used at the same time (opioid analgesics, sedatives, muscle relaxants, etc.) make it difficult to determine which of the many drugs found actually contributed to death and revealed differences in opinion among medical examiners as to how such multi-drug situations should be handled. Finally, the dramatic rise in overdose deaths has put an increased financial burden on medical examiners and coroners working with fixed budgets, and they have had to restrict themselves to more limited or less expensive post-mortem toxicologic drug tests. The net result of these problems has been a wide variability in case definitions and practices used in autopsy and toxicologic evaluations for deaths involving heroin or opioid analgesics. Such variability has made it more difficult for public health agencies to make accurate comparisons of the rates of overdose in different jurisdictions. Such comparisons are important to identifying risk factors for the outcome and evaluating the potential of prevention measures against drug abuse and drug-induced death. The goal of this acquisition is to continue supporting the activities that address preventing drug overdoses. This project addresses the Healthy People 2020 priority areas: SA-12 Reduce drug-induced death from 12.7 to 11.3/100,000, and SA19.5 Reduce nonmedical use of psychotherapeutic drugs from 6.1% to 5.5%. C.2 Project Objective - To develop a position paper that would provide guidelines in determining deaths from opiate and opioid intoxication. Such a process could lead to a uniform case definition and uniform standards for autopsy and toxicologic evaluations resulting in an opportunity for consistent death certification and better public health surveillance. C.3 Scope of Work - The contractor will convene a group of professionals who have expertise in forensic pathology and medical toxicology to work on the development of guidelines that can lead to a uniform case of definitions and standards for autopsy and toxicologic evaluations for consistent death certification and better public health surveillance. Additional experts in nosology or health statistics may also be included on the expert panel. The expert panel will take the lead, together with the contractor, to conduct a review of the literature, including examples of existing guidelines on this topic. The contractor will take the information from the expert panel and take the lead on producing a publication-ready set of guidelines, distributing it to other appropriate professional groups for comment, making changes as needed, and prepare a final draft document for submission to the American Journal of Forensic Medicine and Pathology and Clinical Toxicology (or equivalent journals) in the journals' preferred format. C.4 Technical Requirements - 1. Contractor shall provide all labor, materials, supplies and equipment required to complete the tasks. 2. Contractor will arrange a kick-off conference call with CDC and any partner organizations. 3. Contractor will identify an agenda for expert panel meeting with CDC approval. 4. Contractor will identify and invite expert panel members, including any necessary methodologist for evidence review, information specialist for literature searches, and technical writer for report preparation. 5. Contractor shall choose a Chair for the expert panel. 6. The expert panel shall consist of no fewer than 8 and no more than 15 members. 7. Contractor will convene the panel in-person for at least one meeting to develop the guidelines in a timely fashion, and hold follow up conference calls to finalize outcomes of the meeting. 8. Contractor will hold monthly calls with CDC to discuss progress, challenges and issues, and obtain recommendations when needed. 9. Contractor will provide CDC project officer with a draft of guidelines. The Expert Panelists and CDC subject matter experts will provide feedback to project officer on the draft guidelines, and project officer will provide those comments to contractor within 4 weeks. 10. The contractor will make revisions based on the comments provided and shall submit the revised guidelines to the project officer in publication-ready form prior to the end of the project period (one year from award date). C.5 Reporting Schedule - Final report is prepared in Microsoft Word, 12-point Times New Roman font, double spaced, 1 inch margins. C.6 Special Considerations - Projects that involve the collection of information from 10 or more individuals and are funded by a contract will be subject to review and approval by the Office of Management and Budget (OMB) under the Paperwork Reduction Act. C.7 Government Furnished Property - None C.8 References - 1. Hanzlick R. Death certificates, natural deaths, and alcohol. American Journal of Forensic Medicine and Pathology. 1988;9(2):149-50. 2. Graitcer PL, Williams WW, Finton RJ, Goodman RA, Thacker SB, Hanzlick R. An evaluation of the use of medical examiner data for epidemiologic surveillance. American Journal of Public Health. 1987;77:1212-4. 3. Landen MG, Castle S, Nolte KB, Gonzales M, Escobedo LG, Chatterjee BF, et al. Methodological issues in the surveillance of poisoning, illicit drug overdose, and heroin overdose deaths in New Mexico. American Journal of Epidemiology. 2003;157:273-8. 4. Pollack DA, Holmgreen P, Lui K, Kirk ML. Discrepancies in the reported frequency of cocaine-related deaths, United States, 1983 through 1988. JAMA. 1991;266(16):2233-7. 5. Warner M, Chen L, Makuc D. Increase in fatal poisonings involving opioid analgesics in the united States, 1999-2006. Hyattsville, MD: National Center for Health Statistics; 2009 6. Shai D. Problems of accuracy in official statistics on drug-related deaths. Int J Addict. 1994;29(14):1801-11. DELIVERABLES DATE REQUIRED 1: Minutes of the kick off conference call with CDC and contractor and partner toxicologist organization(s) 2: A list of names and contact information for an expert panel to create the guidelines, including the name and contact information for the Chair of the panel 3: An agenda and set of meeting materials which will include relevant bibliography and a description of the proceedings of the expert panel meeting 4: Hold the expert panel meeting 5: Summary report of the expert panel meeting 6: Follow up conference call summary reports on the guidelines 7: A draft report to CDC and expert panelists that includes the draft guidelines 8: A final report to CDC that includes the revised guidelines in publication-ready form and ready for submission to American Journal of Forensic Medicine and Pathology and Clinical Toxicology 9: A schedule for and minutes of all monthly calls with CDC to discuss progress, challenges and issues, and obtain recommendations when needed. End of first month End of second month End of third month End of fifth month End of eighth month End of tenth month End of fourteenth month End of sixteenth month Monthly throughout the project INSTRUCTIONS TO OFFERORS Volume I: Organization of Technical Proposal. Your proposal must be prepared in separate parts or volumes as instructed herein. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. The technical proposal (Volume I) must not contain reference to cost; however, resource information, such as data concerning labor hours and categories, material, subcontracts, etc., must be contained in the technical proposal so that your understanding of the performance work statement can be evaluated. The technical proposal must disclose your technical project approach in sufficient detail to provide a clear and concise presentation that addresses, but is not limited to, the requirements of the technical proposal instructions. Technical Proposal Instructions: These instructions establish the acceptable minimum requirements for the format and content of proposals. The technical proposal shall be limited to no more than 10 pages. Cover pages, tables of contents, and resumes do NOT count towards the page limitation. A page is defined as an 8 -1/2 inch by 11 inch sheet of paper with one inch margins on all four sides. Text shall be in Arial font of size 12 with single space between lines. Text pages should use portrait orientation. Page formatting can alter for illustrations and tables but must be easily readable. Fold-outs will be counted as the appropriate number of pages based upon an 8 -1/2 inch by 11 inch sheet of paper. The Contractor shall number each page in order to eliminate any confusion. In the event that the offeror creates an ambiguity in the numbering of pages, the Government will exercise its own discretion in the counting of pages. Pages in excess of the above limitation will not be evaluated. Offerors will be evaluated for appropriateness, completeness, and overall quality of its proposed services and personnel management policies and practices. Evaluation Criteria for Injury Surveillance Course for Tribal Communities The following non-price factors, listed in descending order of importance, will be used to evaluate quotes: 1) Technical Approach 2) Past Performance 3) Experience and Qualification 1. Technical Approach Offerors shall submit a brief technical response (not-to-exceed 10 pages) that demonstrates an understanding of the project and its goal and how the requirements of the SOW will be achieved. It shall also include the qualifications, credentials and experience of key personnel. 2. Past Performance Offerors must demonstrate experience in the following: • Guideline development and influence on policy as they relate to medicolegal investigation of death, in particular determination of the cause of death. • Work with national and state organizations who are key to issues related to the determination of the cause of injury death, including the National Center Health Statistics and the National Center for Injury Prevention and Control of the Centers for Disease Control and Prevention, the American Academy of Forensic Sciences, College of American Pathologists, American Society of Clinical Pathologists, American College of Medical Toxicology, and others. • Have key personnel who have published in the American Journal of Forensic Medicine and Pathology or Clinical Toxicology of similar forensic pathology or clinical toxicology journals. 3. Experience and Qualification Offerors must have experience in the following areas: • Forensic pathology and medical toxicology • Ability to impact national policy and leadership in medicolegal investigation of death in the United States • National Experience with physician medical examiners and coroners, medical death investigators and medicolegal system administrators • Serving as a national forum for medical death investigators and system administrators for the dissemination of educational materials related to determination of the cause of death. 4. Cost/Price Proposal Price is an important factor for award. Therefore, the offeror with the lowest price and who is technically acceptable will receive the award Pricing Instructions/Requirements. The Government anticipates awarding a firm fixed price type order. The Government intends to evaluate proposals and award contracts without discussions with Offerors, except for clarifications, as described in FAR 15.306(a).Therefore, initial Proposals should contain the Offerors' best terms from a technical and cost/price standpoint. The Government reserves the right to conduct discussions if determined necessary. The Government is not required to make an award as a result of this request for quotation and is not required to reimburse any offeror for quotation preparation costs. The Government reserves the right to withhold payments to the Contractor if performance is not acceptable as determined by the Contracting Officer. The proposal shall provide, if any, subcontracting support documentation to include, at a minimum, duties to be provided by the subcontractor and the qualifications of the subcontractor employees. The offeror shall furnish a written copy of the subcontracting agreement signed by all firms/companies. The offeror shall also provide copies of any Service Level Agreements. The business proposal shall include any and all assumptions or conditions upon which the cost/price proposal is based. The offeror shall complete and sign an Organizational Conflict of Interest (OCI) statement disclosing any potential conflicts interests. Clauses FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 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. HHSAR 352.239-71 Standard for Encryption Language HHSAR 352.239-72 Security Requirements for Federal Information Technology Resources HHSAR 352.280-1(b), Protection of Human Subjects 352.239-70 Standard for Security Configurations (January 2010) (a) The Contractor shall configure its computers that contain HHS data with the applicable Federal Desktop Core Configuration (FDCC) (see http://nvd.nist.gov/fdcc/index.cfm) and ensure that its computers have and maintain the latest operating system patch level and anti-virus software level. (Note: FDCC is applicable to all computing systems using Windows XP TM and Windows Vista TM, including desktops and laptops-regardless of function-but not including servers.) (b) The Contractor shall apply approved security configurations to information technology (IT) that is used to process information on behalf of HHS. The following security configuration requirements apply: (NOTE: The Contracting Officer shall specify applicable security configuration requirements in solicitations and contracts based on information provided by the Project Officer, who shall consult with the OPDIV/STAFFDIV Chief Information Security Officer.) (c) The Contractor shall ensure IT applications operated on behalf of HHS are fully functional and operate correctly on systems configured in accordance with the above configuration requirements. The Contractor shall use Security Content Automation Protocol (SCAP)-validated tools with FDCC Scanner capability to ensure its products operate correctly with FDCC configurations and do not alter FDCC settings - see http://scap.nist.gov/validation/. The Contractor shall test applicable product versions with all relevant and current updates and patches installed. The Contractor shall ensure currently supported versions of information technology products meet the latest FDCC major version and subsequent major versions. (d) The Contractor shall ensure IT applications designed for end users run in the standard user context without requiring elevated administrative privileges. (e) The Contractor shall ensure hardware and software installation, operation, maintenance, update, and patching will not alter the configuration settings or requirements specified above. (f) The Contractor shall (1) include Federal Information Processing Standard (FIPS) 201-compliant (see http://csrc.nist.gov/publications/fips/fips201-1/FIPS-201-1-chng1.pdf), Homeland Security Presidential Directive 12 (HSPD-12) card readers with the purchase of servers, desktops, and laptops; and (2) comply with FAR Subpart 4.13, Personal Identity Verification. (g) The Contractor shall ensure that its subcontractors (at all tiers) which perform work under this contract comply with the requirements contained in this clause. (End of clause) Supervision of Employees The Contractors employees shall remain under the Contractor's direct supervision at all times. Although the Government will coordinate directions within the scope of the contract, detailed instructions for the Contractor's employees and supervision shall remain the responsibility of the Contractor. The Contractor agrees that this is a non-personal services contract; that for all the purposes of the contract, the Contractor is not, nor shall he hold himself out to be an agent or partner of, or joint venture with, the Government; and that he shall neither supervise nor accept supervision from Government employees. (End of provision) Contracting Officer (Jul 1999) (a) The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds. No person other than the Contracting Officer can make any changes to the terms, conditions, general provisions, or other stipulations of this contract. (b) No information, other than that which may be contained in an authorized modification to this contract, duly issued by the Contracting Officer, which may be received from any person employed by the United States Government, or otherwise, shall be considered grounds for deviation from any stipulation of this contract. (End of Clause) Contracting Officers Technical Representative (COTR) Technical Guidance (Sep 2009) CDC0_G008 Contracting Officers Technical Representative (COTR) Technical Guidance Performance of the work hereunder shall be subject to the technical directions of the designated COTR for this contract. As used herein, technical directions are directions to the Contractor which fill in details, suggests possible lines of inquiry, or otherwise completes the general scope of work set forth herein. These technical directions must be within the general scope of work, and may not alter the scope of work or cause changes of such a nature as to justify an adjustment in the stated contract price/cost, or any stated limitation thereof. In the event that the Contractor feels that full implementation of any of these directions may exceed the scope of the contract, he or she shall notify the originator of the technical direction and the Contracting Officer in a letter separate of any required report(s) within two (2) weeks of the date of receipt of the technical direction and no action shall be taken pursuant to the direction. If the Contractor fails to provide the required notification within the said two (2) week period that any technical direction exceeds the scope of the contract, then it shall be deemed for purposes of this contract that the technical direction was within the scope. No technical direction, nor its fulfillment, shall alter or abrogate the rights and obligations fixed in this contract. The Government COTR is not authorized to change any of the terms and conditions of this contract. Changes shall be made only by the Contracting Officer by properly written modification(s) to the contract. The Government will provide the Contractor with a copy of the delegation memorandum for the COTR. Any changes in COTR delegation will be made by the Contracting Officer in writing with a copy being furnished to the Contractor. (End of Clause) Payment by Electronic Funds Transfer (Dec 2005) (a) The Government shall use electronic funds transfer to the maximum extent possible when making payments under this contract. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, in Section I, requires the contractor to designate in writing a financial institution for receipt of electronic funds transfer payments. (b) In addition to Central Contractor Registration, the contractor shall make the designation by submitting the form titled "ACH Vendor/Miscellaneous Payment Enrollment Form" to the address indicated below. Note: The form is either attached to this contract (see Section J, Attachment J.8) or may be obtained by contacting the Contracting Officer or the CDC Financial Management Office at (404) 498-4050. (c) In cases where the contractor has previously provided such designation, i.e., pursuant to a prior contract/order, and been enrolled in the program, the form is not required unless the designated financial institution has changed. (d) The completed form shall be mailed after award, but no later than 14 calendar days before an invoice is submitted, to the following address: The Centers for Disease Control and Prevention Financial Management Office (FMO) P.O. Box 15580 Atlanta, GA 30333 Or - Fax copy to: 404-638-5342 Invoice Submission - CDCAG001 - Invoice Submission (Mar 2006) (a) The Contractor is required to submit the original invoice/voucher directly to the Financial Management Office using one (1) of three (3) methods (but only one method). Invoices shall not be submitted more frequently than one (1) time per month. (1) By Email: fmoapinv@cdc.gov (the best and preferred method. See paragraph (b).) (2) By Facsimile: FAX 404-638-5324 (3) By Mail to: The Centers for Disease Control and Prevention Financial Management Office (FMO) P.O. Box 15580 Atlanta, GA 30333 (b) The contractor shall submit the original invoices/vouchers to the CDC FMO, the COTR, and the Contracting Officer (CO). The preferred method for doing so is to simultaneously email electronic files of the invoice and any backup documents to each of the three (3) parties. (c) The Contractor is 1, is not 0 required to submit a copy of each invoice directly to the Contracting Officer Technical Representative concurrently with submission to the Contracting Officer. (d) In accordance with 5 CFR part 1315 (Prompt Payment Act), CDC's Financial Management Office (FMO) is the designated billing office for the purpose of determining the payment due date under FAR 32.904(b); the controlling "date of receipt" of an invoice is the date on which the FMO receives a proper invoice from the contractor. (e) The Contractor shall include (as a minimum) the following information on each invoice: (1) Contractor's Name & Address (2) Contractor's Tax Identification Number (TIN) (3) Purchase Order/Contract Number and Task Order Number, as appropriate (4) Invoice Number (5) Invoice Date (6) Contract Line Item Number (CLIN) and Description of Item (7) Quantity (8) Unit Price & Extended Amount for each line item (9) Shipping and Payment Terms (10) Total Amount of Invoice (11) Name, title and telephone number of person to be notified in the event of a defective invoice (12) Payment Address, if different from the information in (e) (1). (13) DUNS + 4 Number (End of Clause) Non-Personal Services (a) As stated in the Office of Federal Procurement Policy Letter 92-1, dated September 23, 1992, Inherently Governmental Functions, no personal services shall be performed under this contract. No Contractor employee will be directly supervised by the Government. All individual employee assignments, and daily work direction, shall be given by the applicable employee supervisor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. (b) The Contractor shall not perform any inherently governmental actions under this contract. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with this contract, Contractor employees shall identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government contractors in connection with this contract, the Contractor employee shall state that they have no authority to in any way change the contract and that if the other contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer. (c) The Contractor shall insure that all of its employees and subcontractor employees working on this contract are informed of the substance of this clause. Nothing in this clause shall limit the Government's rights in any way under any other provision of the contract, including those related to the Government's right to inspect and accept the services to be performed under this contract. The substance of this clause shall be included in all subcontracts at any tier. (End of Clause) Lobbying Prohibition Using Federal Funds (Sep 2009) CDC0_H021 Lobbying Prohibition Using Federal Funds Per FAR 31.205-22, the contractor is hereby notified of the restrictions on the use of Department of Health and Human Service's funding for lobbying of Federal, State and Local legislative bodies. Section 1352 of Title 10, United Stated Code (Public Law 101-121, effective 12/23/89), among other things, prohibits a recipient (and their subcontractors) of a Federal contract, grant, loan, or cooperative agreement from using appropriated funds (other than profits from a federal contract) to pay any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any of the following covered Federal actions; the awarding of any Federal contract; the making of any Federal grant; the making of any Federal loan; the entering into of any cooperative agreement; or the modification of any Federal contract, grant, loan, or cooperative agreement. For additional information of prohibitions against lobbying activities, see FAR Subpart 3.8 and FAR Clause 52.203-12. In addition, the current Department of Health and Human Services Appropriations Act provides that no part of any appropriation contained in this Act shall be used, other thanfor normal and recognized executive-legislative relationships, for publicity or propaganda purposes, for the preparation, distribution, or use of any kit, pamphlet, booklet, publication, radio, television, or video presentation designed to support, or defeat legislation pending before the Congress, or any State or Local legislature except in presentation to the Congress, or any State or Local legislative body itself. The current Department of Health and Human Services Appropriations Act also provides that no part of any appropriation contained in this Act shall be used to pay the salary or expenses of any contract or grant recipient, or agent acting for such recipient, related to any activity designed to influence legislation or appropriations pending before the Congress, or any State or Local legislature. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/2011-Q-12015/listing.html)
 
Place of Performance
Address: 4770 Buford Highway, Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN02572812-W 20110914/110913000345-0c444675b5ee82a9aa252a1232bb384b (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.