SOURCES SOUGHT
L -- National Blueprint for Nutrition and Physical Activity
- Notice Date
- 11/18/2008
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Division of Procurement Management, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 09-N240-6253(SS)
- Archive Date
- 1/30/2009
- Point of Contact
- Dottie L Watson,, Phone: 301-443-2752
- E-Mail Address
-
dwatson@hrsa.gov
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to contract for services to facilitate leadership development in public health nutrition and to provide for continued implementation of the National Blueprint for Nutrition and Physical Activity. Over the past decade, there has been a growing recognition for the use of more preventive health care to reduce serious illnesses, like obesity, diabetes, and heart disease. Presently, there are nearly twice as many overweight children and almost three times as many overweight adolescents as there were in 1980, according to CDC. A significant concern from a public health perspective is that overweight children may grow up to become overweight or obese adults, placing them at greater risk for major health problems such as heart disease and diabetes. Much work remains to meet the Healthy People 2010/2020 nutrition and physical activity targets. Preventing obesity is a major HHS initiative. The Blueprint was developed collaboratively by HRSA, CDC, NIH and the Association of State and Territorial Nutrition Directors (ASTPHND) to improve the health of the nation by integrating sound policy, programs, resources, services, and messages where individuals, children and families make choices about eating and physical activity. Over the past three years, ASTPHND has been working with HRSA’s MCHB to disseminate the Blueprint through State and local agency implementation. As part of their plan they have provided technical assistance to State Nutrition Directors as well as provided seed grant funding to five states. Specifically, the contractor will assist the State and Territorial Nutrition Directors in the following areas: 1. Implementing the National Blueprint for Nutrition and Physical Activity at the state and local levels by continuing to develop individual state/local healthy eating, obesity prevention and physical activity plans with a focus on the maternal and child health population. 2. Developing three regional leadership technical assistance networks focused on the State and Territorial Nutrition Directors and HRSA Nutrition Training Grants. The Contractor will be required to produce the following deliverables: 1. State and/or local Blueprint implementation plans for a minimum of five sites per year. 2. Technical assistance to states, local communities and HRSA nutrition training grants, including telephone and in-person consultation as needed. 3. Hold yearly program meeting. 4. Quarterly progress reports containing information on services provided under the contract. Qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company’s experience and demonstrated abilities to deliver each and every one (address each one separately) of the following requirements: 1. Demonstrated familiarity and knowledge of the National Blueprint for Nutrition and Physical Activity, including the implementation of work done in the past three years. 2. Access to an established network for efficiently engaging State Nutrition Directors. 3. Experience in the field of public health nutrition, physical activity, and nutrition leadership training programs. 4. Awareness of cultural diversity and its effect on nutrition and physical activity programs. 5. Demonstrated ability to work with State Nutrition Directors and HRSA’s Nutrition Training Directors and to conduct meetings. In addition, it is preferable that the Contractor has experience working with federal contracts meeting deadlines while maintaining flexibility in the work process. A cost reimbursement type contract is anticipated for a total of 3 years. This is a follow-on requirement. The NAICS Code is 541690, with a small business size standard of $7.0 m. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses must directly demonstrate the company’s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 (“Limitations on Subcontracting”). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice are limited to 25 pages and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541690 (size standard $7.0 m) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This sources sought notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contracting Officer not later than 4:00 PM Eastern Standard time on December 2, 2008 for consideration. Please forward responses via e-mail to dwatson@hrsa.gov and forward by delivery, surface mail or fax to the following address: 5600 Fishers Lane, Parklawn Building, Room 13A19, Rockville, MD 20857, FAX 301-443-5462. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Point of Contact Dottie Watson, Contracting Officer, HRSA Contracts Operations Branch, 5600 Fishers Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857, Phone: 301-443-2752, Fax: 301-443-5462, Email: dwatson@hrsa.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d781951fc3bb6b038a5d4b1f68bf271c&tab=core&_cview=1)
- Record
- SN01706512-W 20081120/081118220939-d781951fc3bb6b038a5d4b1f68bf271c (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 |