Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

B -- Assessment of Outbreak Management System (OMS)

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
2007-N-09233
 
Response Due
3/26/2007
 
Archive Date
4/26/2007
 
Description
This solicitation, 2007-N-09233, is issued as a Request for Proposal (RFP).The Centers for Disease Control and Prevention (CDC) intends to issue a firm, fixed price purchase order to the successful offeror whose proposal represents the best value to the Government for the following requirement: CLIN 0001 Review/Assessment of OMS. Strategic review and assessment of the existing version 2.0 of the Outbreak Management System (OMS), as further described by the Statement of Work. Quantity: 1 Job. STATEMENT OF WORK. I. OVERVIEW. The Outbreak Management System (OMS) is a public health information networks (PHIN), standards-based, data collection, analysis, and reporting tool that supports investigations of public health events or acts of bioterrorism. OMS supports public health officials who perform the vital activities necessary to investigate an outbreak. Configured to meet the needs of various public health events (e.g., smallpox, tuberculosis, SARS), OMS supports the capture of case-based data from cases and contacts and exposures and relationships. II. BACKGROUND. OMS addresses the CDC response to the Congressional Public Health Security and Bioterrorism Preparedness and Response Act of 2002 that specifically requires the HHS Secretary to establish a national and integrated system for public health in support of terrorism response and prevention. It also addresses the requirements of local and state partner?s response to the 2005 Cooperative Agreement Guidance for Public Health Emergency Preparedness. During the chaotic period following a natural occurring outbreak or public health event (e.g. SARS, monkeypox) or the deliberate use of a threat, including biological, chemical, and radiological agents, public health authorities gather the information necessary to identify, investigate, analyze, monitor, and respond. Public health authorities must obtain a dynamic, high-level, yet granular insight into the incident, trace people possibly exposed to communicable diseases or conditions, and trace exposures to possible disease vectors or investigate theoretical conveyance paths. Yet, there are no systematic, standards-based tools that collect and manage data of this type. As a result, because there many investigators use different tools, the ability to aggregate and analyze data from a multi-jurisdiction investigation is neither efficient nor effective. Time is wasted on mapping, translating, and inferring data derived from various tools. Further, not all data are captured consistently to enable the establishment and maintenance of data linkages. OMS uses a PHIN, standards-based set of public health informatics rules to manage outbreaks during a public health event. OMS captures standard demographic and exposure data; configures outbreak-specific vocabularies; performs analyses; creates dynamic questionnaires, reports, and outbreak-specific packages; manages case and contact investigations; imports data; records epidemiologic linkages; and allows for managing exposed contacts. OMS is a key component of the PHIN. In order to expand local, state, and federal capacity, OMS provides the technical specifications and standards as well as a PHIN-compliant system for state and local partners to use in order to proactively manage outbreaks. III. SCOPE OF WORK. The Contractor shall provide all personnel, equipment, transportation, training and other materials necessary to provide a detailed review, assessment, and recommend improvements for the Outbreak Management System (OMS). The performance shall occur onsite at CDC facilities in Atlanta, Georgia. VI. OBJECTIVES. The evaluation and assessment will identify: a. Current CDC national-level business practices and preferences for outbreak investigation (OMS and non-OMS); i. Measure the usefulness/utility of the current system (OMS or non-OMS); ii. What improvements to their current system do CDC users want; b. Inventory of tools used at CDC for outbreak management and compare and contrast each tool?s strengths and weaknesses; c. Determine what types of integration with other data systems (e.g., NEDSS, BioSense, LRN) would most benefit interoperability and comply with PHIN standards; d. Determine types of integration with other outbreak management software (e.g., Epi Info, CRA) would most benefit interoperability and comply with PHIN standards; e. Compare OMS current functionality with functionality identified for a multi-jurisdictional outbreak; f. Develop tactical approach to better adoption of OMS; i. Assess and review user acceptance testing and methodology used for OMS; ii. Assess and review prototypes used for OMS; g. Assess/review existing OMS functional requirements, business case, business case and feature set to determine strengths and weaknesses of the current version and identify gaps of new/needed functionality. V. TASKS. Task 1: Assess and review current project model and business practices. The Contractor shall conduct a strategic review of the Outbreak Management System (OMS). This assessment and review is to be conducted among centers, Institutes and offices (CIOs) as determined by the Project Officer. This assessment will also include CDC subject matter experts (SMEs). Task 2: Specify barriers to adoption. The contractor shall identify and specify barriers to adoption of OMS by conducting interviews with CDC Subject Matter Experts (SMEs) and other officials as determined by the CDC Project Officer. Task 3: Recommend Improvements. Upon completion of interviews and assessments, the Contractor shall recommend improvements to CDC (programs/ CIOs) and CDC SMEs. Task 4: Software review. The Contractor shall assess and evaluate the business case for a standardized, national application that meets outbreak management functional requirements This assessment will encompass commerical best practices, system interoperability and adherence to Public Health Information Networks (PHIN) standards. VI. PERIOD OF PERFORMANCE. The Government estimates the period of performance for this requirement to be 30 calendar days after contract award. VII. DELIVERABLE SCHEDULE. Deliverables: Progress Reports to include summary of performance (i.e., interviews/evaluations, etc.) shall be submitted weekly (after award) to the Contracting Officer and Project Officer. Weekly Progress Report- Submitted to CO/PO- Within 7 calendar days of award; Weekly Progress Report- Submitted to CO/PO- Within 7 calendar days of Progress Report #1; Evaluation Summary- Submitted to CO/PO- Upon completion ? not to exceed 21 calendar days after award. **NOTE** - Evaluation Summary shall consist of an oral presentation to the Government at a place and time to be determined by the Government, within 21 calendar days of award. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The following provision(s) apply to this acquisition: 52.212-1 Instructions to Offerors ? Commercial Items (MAR 2000) applies to this acquisition; Contractor must be CCR Registered prior to submitting bid; The clause 52.212-4, Contract Terms & Conditions - Commercial Items (MAY 1999) applies to this acquisition. The clause at 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (1), (7), (14), (16), (17), and (18). 52.213-3 must be attached to bid. NAICS CODE: 541511, SIZE: $23M, OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH YOUR QUOTE. One way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification, and fill in the appropriate blanks. Offers will be due 03/26/2006 by 5:00 P.M. EST at Centers for Disease Control and Prevention; Procurements and Grants Office; Attn: Kristopher Lemaster; 2920 Brandywine Road, M/S K69, Room 3122, Atlanta, GA 30341. Offers will not be accepted via facsimile. All quotes must be clearly marked on the subject line of the e-mail (Solicitation 2007-N-09233) or on the outside of the envelope with the following: Solicitation 2007-N-09233, Attn: Kristopher Lemaster. All responsible sources that can meet the above requirements may submit a quote, which may be considered by the Agency. For Contractual question contact Kristopher Lemaster via e-mail at Klemaster@cdc.gov or via phone at (770) 488-2995. ****
 
Place of Performance
Address: Atlanta, Georgia
Zip Code: 30333
Country: UNITED STATES
 
Record
SN01247391-W 20070311/070309220608 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.