Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

R -- NCIPC Identity and Vision Statement Development

Notice Date
7/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
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
2008-Q-10668
 
Point of Contact
Kristopher A Lemaster,, Phone: 7704882995
 
E-Mail Address
klemaster@cdc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Centers for Disease Control and Prevention intends to issue a sole source contract or purchase order to ResearchWorks, Inc. of San Diego, California, the only known provider of identity building and branding strategies specifically related to the programs provided by the Centers for Disease Control and Prevention. This is a small business set-aside. Injury is the leading cause of death and disability among children and young adults. CDC supports programs to improve the nation's health by preventing injury and violent deaths and disabilities. The higher order outcomes for this project are fourfold: 1) Prevent more injuries, 2) Increase funding, 3) Shape the Center's portfolio of work, and 4) Advance the injury field. The purpose of this contract is to develop a cohesive, unifying Vision Statement for the Center that makes sense, helps everyone in the Center understand their role in accomplishing the Center's vision, and enables Center personnel to communicate the vision effectively. These activities cascade from the CDC Health protection goals and the critical role that vertical planning plays in their achievement. As a result, the Center should become the go-to agency for injury-related issues and resources should increase. The contractor will work with the NCIPC's Office of the Director Team staff to identify the current state, the desired state, and the gaps. The contractor will collaboratively craft an overarching Vision Statement for the Center, test and refine it, and create communication tools for each division in relation to the Vision Statement. It is the Government?s belief that only one responsible source exists and no other product or services will satisfy agency requirements. The following requirement is for the National Center for Injury Prevention and Control (NCIPC), Centers for Disease Control and Prevention (CDC). Task #1. Develop detailed work plan within 1 week following contract award. Task #2. Conduct situational analysis, including detailed analysis of relevant documents and plans, and initial round of phone interviews with key team members within the Center and several selected key informants within CDC. Provide a situation analysis summary and a list of milestones and major tasks within 4 weeks following contract award. Task #3. Conduct onsite “Zero-based thinking” workshop with the contractor team at the CDC Atlanta, Georgia location focused on identity-building and vision statement development, and presentation to Center’s senior leadership within 6 weeks following contract award. Task #4. Create recommendations, templates and “litmus tests” for vision statement and identity development, tailoring brand architecture to each division, and applying to organizational needs within 8 weeks following contract award. Task #5. Provide ongoing capacity-building consulting and scheduled conference calls for team, tied to milestones and tasks for the period beginning 6 weeks following contract award through the conclusion of the 20th week following contract award. Task #6. Collaboratively craft between three to four potential vision statements and tools for internal and external testing. Provide draft vision statements and testing guidelines no later than 12 weeks following contract award. Task #7. Provide oversight on the testing performed by the contractor no later than 16 weeks following contract award. Task #8. Refine and finalize the vision statement and associated communication tools. Provide vision statement and tools no later than 18 weeks following contract award. Task #9. Present final deliverables during an onsite workshop with the contractor team at the CDC Atlanta, Georgia location, followed by a joint presentation to the Center’s senior leadership. Conduct workshop and presentation no later than 20 weeks following contract award. Task #10. Provide follow-up advisory consulting (by phone, email, etc.) for an additional thirty days following completion of the final workshop. Provide consultation for the period beginning 20 weeks following contract award through the conclusion of the 24th week following contract award. Task #11. Provide recommendations for the next steps for NCIPC to take in establishing and promoting identity and brand recognition. Provide recommendations no later than 24 weeks following contract award. All print deliverables must also be submitted in electronic format. The contractor will have access to appropriate Team staff to clarify issues pertinent to the completion of the project. CDC staff will provide contractor with background materials and key documentation necessary to complete the tasks to be performed under this contract. CDC staff will assist contractor in identifying appropriate people to interview for this project. Desired Contractor Experience: Contractor shall have verifiable experience working with CDC and shall be knowledgeable about its programs. The proposed contract action is for commercial items which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 6.302-1. Interested persons may identify their interest and capability to respond to the requirement. 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; QUOTES 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; 52.223-13 Certification of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Reporting; 52.232-1 Payments; 52.233-3 Protest After Award; 52.201-1 Definitions; 52.203-5 Covenant Against Contingent Fees; 52.203-7 Anti-Kickback Procedures; 52.204-7 Central Contractor Registration; 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 following FAR Clauses are hereby added to this clause: 52.247-35 F.O.B. Destination; 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), (5), (7), (14), (15), (16), (17), (18), (22), (24), (29) and (30). 52.213-3 must be attached to bid. NAICS CODE: 541910, SIC: 8742 SIZE: $6.5M, OFFERORS SHALL EITHER INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH YOUR QUOTE or provide this information at www.orca.gov. The best 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 07/31/2008 by 12:00 P.M. (noon) EST via email to Klemaster@cdc.gov. Offers will not be accepted by facsimile. All quotes must be clearly marked on the subject line of the e-mail (Ref. 2008-Q-10668). All responsible sources that can meet the above requirements may submit a quote, which may be considered by the Agency. For questions contact Kristopher Lemaster via e-mail at Klemaster@cdc.gov.****
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d06c002bd3f746c55b7ddaef8b593eb2&tab=core&_cview=1)
 
Place of Performance
Address: National Center for Injury Prevention and Control, 4770 Buford Highway NE, Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01618366-W 20080720/080718222550-d06c002bd3f746c55b7ddaef8b593eb2 (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.