Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOURCES SOUGHT

B -- Identification and Refinement of Essential Indicators for Assessing the Injury Control Research Centers (ICRC) Program

Notice Date
2/24/2012
 
Notice Type
Sources Sought
 
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
2012-Q-SSN224
 
Archive Date
3/23/2012
 
Point of Contact
Vallerie M Redd, Phone: 770-488-2845
 
E-Mail Address
gfj3@cdc.gov
(gfj3@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The Centers for Disease Control and Prevention (CDC), National Center for Injury Prevention and Control (NCIPC) has a requirement to identify and refine essential indicators for assessing the Injury Control Research Centers (ICRC) program. Despite the NCIPC's 23-year investment in eleven ICRCs, a standardized set of performance indicators has not yet been developed to assess the impact that ICRCs have had in developing the injury field, training research scientists and practitioners, and ultimately, in reducing mortality and morbidity from injury. In 2010 the Society for the Advancement of Violence and Injury Research (SAVIR) identified 11 indicator topics categories. The potential project seeks to refine the definitions of indicators from the 11 topic categories, identified by SAVIR, and identify rules for inclusion to develop a set of essential measures for assessing the overall ICRC Program and monitoring progress of individual centers. In addition, the project seeks to identify recommended procedures for data collection, analysis, reporting, and possible roles/responsibilities among key stakeholders. The vendor will be required to identify and refine a core number of indicators and to develop procedures for operationalizing the collection, analysis, and reporting of essential ICRC indicators. All essential indicators must have specific and standardized definitions for assessing the overall ICRC Program, also they must include: rules for inclusion, frequency, targets, number/denominator, examples, etc. The vendor shall conduct regular conference calls with the CDC COR, provide a work plan, and provide regular written progress reports. The Government seeks vendor input to identify innovative strategies for the implementation of project tasks. The anticipated period of performance is 12 months. The vendor must demonstrate capacity and past experience in developing indicators and metrics in a program evaluation context. Also the vendor shall provide examples of projects conducted that are similar in complexity and scope to illustrate experience and organizational capacity. Several NAICS codes are recommended for this acquisition: 541270 - R&D in the Social Sciences and Humanities; 541690 - Other Scientific and Consulting Services; 541990 - Other Scientific and Technical Consulting Services. However, if responsible sources believe there is a different code that can work better for this requirement, they can recommend the code to the Contracting Officer with an explanation of why they feel the code is more appropriate. Also, if you feel that this acquisition can be purchased through GSA, please advise the Contracting Officer which GSA schedule would be applicable. We look forward to your recommendations and advice. All interested parties capable of providing these services are invited to submit information that includes the following: • DUNS number • Company name • Address • Contact name, telephone number and e-mail address • Company literature • Capability statement • Experience • GSA # if applicable • Size and type of business (Small, Large, 8(a), HUBZone, etc.) • Any other pertinent data Responses shall not exceed 7 pages. Requests for copies of a solicitation and telephone calls WILL NOT be honored or acknowledged. All responses must be in writing and should be submitted in electronic format to the attention of the Contracting Officer, Vallerie Redd at gfj3@cdc.gov by 12:00pm EST on Thursday, March 8, 2012. 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/2012-Q-SSN224/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02682661-W 20120226/120224235028-04d562d87aa7d4892363609583cd3ad5 (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.