Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

R -- Medical Examiner/Coroner Data Collection

Notice Date
8/25/2008
 
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
2008-58492
 
Archive Date
9/17/2008
 
Point of Contact
Lynn B. Walling,, Phone: 770-488-2747, Vallerie M Redd,, Phone: 770-488-2845
 
E-Mail Address
lqw5@cdc.gov, gfj3@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control intends to award a purchase order in accordance with the following: Project period: September 30, 2008 - September 29, 2009 (Base Year), September 30, 2009- September 29, 2010 (Option Year #1 Project Objective - The purpose of this contract is to collaborate with a national organization that represents medical examiners (ME) and or coroners to develop strategies for improving data collection from ME/coroners. Scope of Work - The contractor shall assist with issues related to data collection from medical examiners/coroners. The contractor will help with updating medical examiners/coroners regarding NVDRS through publications and attendance/presentation at various meetings. Technical Requirements - The contractor shall perform the following tasks for the Base Year: 1. Serve as a liaison with medical examiners and or coroners in the National Violent Death Reporting System (NVDRS) funded states 2. Send at least one medical examiner or coroner to the NVDRS Reverse Site Visit. 3.Coordinate the presentation of NVDRS related information at a medical examiner/coroner or other identified meeting. 4. Provide at least one educational update per year which is developed with input from CDC regarding NVDRS in the potential contract organization's newsletter. Option year #1 1. Serve as a liaison with medical examiners and or coroners in the National Violent Death Reporting System (NVDRS)funded states 2. Send at least one medical examiner or coroner to the NVDRS Reverse Site Visit. 3. Coordinate the presentation of NVDRS related information at a medical examiner/coroner or other identified meeting. 4. Provide at least one educational update per year which is developed with input from CDC regarding NVDRS in the potential contract organization's newsletter Reporting Schedule - The Contractor shall be required to submit to the Project Officer and the Contracting Officer quarterly reports of performance under this contract. The report should include all activities related to the tasks. Special Considerations - The contractor should possess the following skills, expertise and experience: 1. Knowledge of the data requirements for the National Violent Death Reporting System. 2.Experience working with or representing medical examiners and coroners to develop data collect methods or quality standards. 3.Ability or process of communicating with medical examiners and/or coroners nationwide regularly. 4.Authority to represent medical examiners and/or coroners nationwide. Deliverables - September 30, 2008 - September 29, 2009 (Base Year) 1. Serve as a liaison with medical examiners and or coroners in the National Violent Death Reporting System (NVDRS) funded states. (entire 12 months of award) 2.Send at least one medical examiner or coroner to the NVDRS Reverse Site Visit. (10 months after date of award) 3.Presentation related to NVDRS organized and made at a medical examiner/coroner or other identified meeting. (12 months from date of award) 4.Provide at least one educational update per year which is developed with input from CDC regarding NVDRS in the potential contract organization's newsletter. (12 months from date of award) September 30, 2009- September 29, 2010 (Option Year 1) 1.Serve as a liaison with medical examiners and or coroners in the National Violent Death Reporting System (NVDRS) funded states. (entire 12 months of award) 2.Send at least one medical examiner or coroner to the NVDRS Reverse Site Visit. (10 months after date of award) 3.Presentation related to NVDRS organized and made at a medical examiner/coroner or other identified meeting. (12months from date of award) 4.Provide at least one educational update per year which is developed with input from CDC regarding NVDRS in the potential contract organization's newsletter. (12 months from date of award) Evaluation Criteria - 52.212-2 Evaluation-Commercial Items (Jan 1999). Provide information for each of the following when submitting a technical narrative. Factors shall be used to evaluate offers, listed in descending order of importance: a. Technical Approach - 35% - Contractor should provide a discussion of their technical approach for providing the services required for each contract. This criterion will be evaluated according to the soundness, practicality and feasibility of the contractor=s description of the approach for providing the specified services. b. Staffing and Management - 20% - Contractors are to provide (1) a staffing plan that demonstrates their understanding of the labor requirements for the contract; (2) a management plan that describes their approach for managing the work, to include subcontract management if applicable, (3) names of employees with a proven track record in developing, implementing and evaluating product dissemination strategies. This criterion will be evaluated according to the soundness, practicality and feasibility of the contractor=s staffing and management plan for this contract. c. Similar Experience - 45% - Provide information reflecting experience of assigned staff that is similar in complexity and size to the anticipated project. This criterion will be evaluated to determine appropriate experience of assigned personnel. Technical and Past performance, when combined, are significantly more important than Price. The government will award a purchase order to an offeror the government determines provides the "best value", price and other non-priced factors considered. Please provide cost for the Base year and one Option Year. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE SOLICITATION; A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. QUOTES ARE BEING REQUESTED. The following provisions apply to this acquisition: 52.212-1, 52.212-3, and 52.212-5. The following clauses listed in paragraph (b) apply to this acquisition (1), (7), (16), (17), (18), (19), (22), (24), (29) and (30). Offerors shall include a completed copy of provision at 52.212-3, Offerors Representations and Certification - Commercial Items with quote. The best way to complete this certification and applicable clauses is to download the FAR clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, and fill in the appropriate blanks. Offers will be accepted by email or facsimile. All quotes must be clearly marked with the following: Lynn Walling, Project Number: 2008-58492. All responsible sources that can meet these requirements may submit a quote, which may be considered by the Agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cc47d3172fd05c5c26979673de24006d&tab=core&_cview=1)
 
Place of Performance
Address: NCIPC, 4770 Buford Hwy, NE, Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01650272-W 20080827/080825222201-cc47d3172fd05c5c26979673de24006d (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.