SOLICITATION NOTICE
R -- Bicycling and Waliking in US Benchmark Project
- Notice Date
- 7/23/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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
- 2008-Q-10672
- Response Due
- 8/5/2008
- Archive Date
- 9/5/2008
- Point of Contact
- Kristopher A Lemaster, Phone: 7704882995
- E-Mail Address
-
klemaster@cdc.gov
- Small Business Set-Aside
- N/A
- Description
- The Centers for Disease Control and Prevention intends to issue a sole source contract or purchase order to Thunderhead Alliance Coalition of State and Local Bicycle Advocates, Inc., of Prescott, Arizona, the only known provider of bicycling and walking benchmark data specifically related to the programs provided by the Centers for Disease Control and Prevention. 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 Environmental Health (NCEH), Centers for Disease Control and Prevention (CDC). Title of Task Order: Bicycling and Walking in the United States Benchmarking Project A.BACKGROUND AND NEED The Division of Emergency and Environmental Health Services (EEHS), National Center for Environmental Health (NCEH), conducts prevention programs designed to control disease, disability, and death that result from interactions between people and the environment. The Division established the Public Health Built Environment Initiative in 2006 to address research and operational needs associated with the public health impact of the built environment. The EEHS, Public Health Built Environment Initiative (PHBEI) provides ongoing research consultation and technical assistance to ensure implementation of CDC’s guidelines within the CDC Healthy Communities Goals process. A key challenge for this program is the identification and support of research and the development of recommendations that strengthen the relationship between the built environment and public health. B.PURPOSE AND OBJECTIVE The purpose of this request is to acquire the services of a contractor to build on the 2007 Benchmarking Report published by the Thunderhead Alliance (www.thunderhead.org). New data will be collected, compared, reviewed, and presented from all 50 states and the 50 largest U.S. cities in a Benchmarking Report that will be published in 2009. The outcome of this project supports the following CDC Healthy Places objectives: 1.Healthy Communities Goal Action Plan Objective 2: Support the design and development of built environments that promote physical and mental health by encouraging healthy behaviors, quality of life, and social connectedness, and 2.Healthy Travel, Transportation, and Recreation Objective 3: Promote healthy, safe, and accessible environments for travel, transportation, and recreation. The CDC Public Health Built Environment Initiative is committed to attaining these objectives. The challenge for public health practitioners and policy makers is to improve public health through healthy community design and transportation alternatives. This project will provide a national picture that will help indicate positive improvements, as well as, areas that may need additional attention. The contractor shall provide expert advice and direct services in obtaining and organizing the benchmarking data and developing the raw data into a Benchmarking Report as a project deliverable. The report will have the impact of increasing the current knowledge-base and shall provide support for a clear and defendable relationship between active transportation mode design and improved public health. C.ACTIVITIES AND DELIVERABLES The contractor, as an independent party and not as an agent of the Government, shall provide all labor, materials, equipment, supplies, travel, transportation, and supervision to perform all the services needed to achieve the objectives of this project. Specifically, the contractor shall conduct the following activities: 1.Collect national and local data for the following benchmark data sets from all fifty states and at least fifty of the largest U.S. cities: ·Bicycling and walking mode share ·Bicycle and pedestrian fatalities and injuries ·Demographics for bicycling and walking including income, age, sex, and ethnicity ·Funding levels for bicycling and walking ·Government staffing levels for bicycling and walking ·Miles of existing pedestrian and bicycle facilities ·Miles of planned pedestrian and bicycle facilities ·Miles of converted rails to trails ·Safe Routes to School funding and staffing levels ·Complete streets policies ·Other policies including spending targets and goals for increasing bicycling and walking and decreasing fatalities ·Police on foot and bikes ·Bike access on transit including hours allowed on trains, bike racks on buses, and bicycle parking at transit ·Bike parking including number of spaces and public policies ·Bicycle sales and bike shops ·Capacities of Thunderhead organizations ·Health data including: obesity rates, diabetes rates, asthma rates, high blood pressure, and levels of physical activity ·Car ownership data ·Land use: residential density ·Weather ·Cost of school transportation and percentage of students transported (current and over time) ·Bicycle and pedestrian education courses including government sponsored, non-profit sponsored, and participation in bike and walk to school day programs ·Car parking subsidies and requirements ·Additional data on infrastructure including signs, connectivity, sidewalks, and bridge access ·Additional health and infrastructure data from Safe Routes to School (if available) ·Other data as necessary 2.The contractor shall establish a contract with an approved researcher who shall conduct a thorough review and analysis of the collected benchmark project data and ensure that the project deliverable (Benchmarking Report) meets established scientific standards for dissemination and publication. 3.The contractor shall establish a contract with the Institute of Transportation Engineers (ITE) to conduct a review of the benchmark data collection proposal, the final data sets, and the Benchmarking Report to ensure compatibility of the collected data and accompanying analysis with ITE transportation design requirements. 4.Within fifteen months of the project funding the contractor shall provide CDC a printed copy of a Benchmarking Report of the project data and analysis including data from the 50 states and at least 50 major U.S. cities. Note: The contractor shall NOT perform any inherently governmental functions under this task order as specified in FAR 7.5, including but not limited to: determination of agency policy and regulations; direction and control of federal employees; selection or non-selection of individuals for federal employment including interviewing of individuals for employment; approval of position descriptions; determination of budget policy, guidance, and strategy, and any other prohibited functions specified in FAR 7.5. Also, the contractor shall not perform any personal services (FAR 37.104). The contractor shall immediately contact the contracting officer if there is any question regarding these prohibitions. D.PERIOD OF PERFORMANCE The period of performance is for 15 months from the date of task order. E. METHOD OF PAYMENT Interim payments are authorized on a quarterly basis following the completion and approval of deliverables, and upon receipt of proper invoices and quarterly progress reports. Final payment will be made upon receipt of the completed Benchmarking Report by CDC. F. QUALIFICATIONS OF THE VENDOR The contractor providing the services above must demonstrate at a minimum the following: oExpertise in collecting national and metropolitan data on bicycling and walking. oPrevious experience in preparing and publishing benchmarking reports that include bicycling, walking, and health data. oRecognized ability to collect, use and share data from all sources on bicycling and walking. G. EVALUATION CRITERIA 1. Award: This Task Order will be awarded to the offeror whose proposal is considered to be the most advantageous to the Government, price and other factors (identified below) considered. Technical factors will be more important than price in the evaluation of proposals. However, the Government will not make award at a significantly higher overall cost to the Government to achieve only slightly superior performance. 2. Technical Evaluation: The Government will perform a qualitative technical review of proposals. The technical evaluation will be performed in accordance with the following criteria: CriteriaPoints or relative value of criteria Technical Approach40% Staffing and Management30% Prior Experience30% Total Score100% Technical Approach: Contractors are to provide a discussion of their technical approach for providing the services required for this Task Order. This criterion will be evaluated according to the soundness, practicality, and feasibility of the Contractor’s technical approach for providing the services required for this Task Order. Staffing and Management: Contractors are to provide (1) a staffing plan that demonstrates their understanding of the labor requirements for this Task Order; and (2) a management plan that describes their approach for managing the work, to include subcontract management if applicable. This criterion will be evaluated according to the soundness, practicality, and feasibility of the offeror’s staffing and management plans for this Task Order. Prior Experience: Contractors are encouraged to describe their experience working with federal government agencies conducting work in this subject matter area. Contractors are to provide information reflecting experience of assigned staff that is similar in complexity to the proposed project. Contractors should provide examples of previous work completed within the last four years. 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: 541990, SIC: 8999 SIZE: $6.5M, OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH YOUR QUOTE. 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 08/05/2008 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-10672). 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=1b725a0d1ebbc646a7e191477bba4f2e&tab=core&_cview=1)
- Place of Performance
- Address: NCEH, CDC, 1600 Clifton Road, Atlanta, Georgia, 30344, United States
- Zip Code: 30344
- Zip Code: 30344
- Record
- SN01621729-W 20080725/080723224851-1b725a0d1ebbc646a7e191477bba4f2e (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 |