SOLICITATION NOTICE
R -- Translation of Military Lessons Learned to Domestic Practice
- Notice Date
- 4/28/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- HHS-CDC-SS-09-68964
- Archive Date
- 5/28/2009
- Point of Contact
- Michael E. Allen,, Phone: 7704882856, Vallerie M Redd,, Phone: 770-488-2845
- E-Mail Address
-
MEAllen@cdc.gov, gfj3@cdc.gov
- Small Business Set-Aside
- N/A
- Description
- Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Background: The CDC's Coordinating Center for Environmental Health and Injury Prevention, National Center for Injury Prevention and Control, Division of Injury Response is conducting a market survey to seek potential sources from all parties and qualified small business firms under North American Industry Classification System (NAICS) Code 541690 -- Other Scientific and Technical Consulting Services with employee standard of $7 million. Although the Government anticipates the aforementioned NAICS code, it is subject to change pending the review of the responses from prospective offerors. Purpose and Objectives: A successful offeror must provide assistance and support for assisting the Division in the development of the agenda and the researching and development of the consensus papers and white papers based on Military publications. Topics to be addressed will come from recommendations made by an expert panel convened by Centers for Disease Control and Prevention (CDC) early Spring 2009 and endorsed by a workgroup of Federal and non-Federal experts in the Fall of 2009. The contractor would be responsible for furnishing all required personnel, consultants, materials, equipment and supplies to provide various work and services as specified in individual task orders. Project Requirements: 1. Facilitate one (1) meeting of Military Experts and CDC Public Health Experts. The specific names of the CDC Public Health Experts will be sent to the contractor after award. 2. Upon completion of the panel meeting, the contractor shall produce a report including a solid plan and rank order list of military medical innovations for translation to civilian language. 3. Convene one (1) meeting of Military and Civilian experts per year. The first year meeting will be held in Atlanta Georgia at the CDC Clifton Road facility. This will include: (a) Travel for 10 Civilian Experts, non-federal, to the meeting. (Specific names of the Civilian experts will be sent to the Contractor upon award.) (b) Hotel arrangements i. make arrangements for hotel accommodations for non-federal experts ii. make arrangements for hotel accommodations for 10 Federal Experts. These individuals should be identified to the hotel as self-pay. (c) Reimburse non-federal experts for travel expenses and per diem 4. Upon completion of the Military/Civilian Expert panel the contractor will begin translating agreed upon military medical innovations from military language into civilian language. The contractor will produce two consensus papers/white papers. Anticipated Period of Performance: The anticipated period of performance is for a Base of 12 months with two (2) 12-month option periods. Other Important Considerations: 1. 10 years of expertise in working with deployed DOD deployed units; 2. 10 years of experience in military medicine research; 3. Experience with the Disaster Relief and Emergency Medical Services; 4. Multidisciplinary programs built around disaster medicine technologies; 5. Demonstrate experience in arranging travel and securing meeting space for both public health and military personnel Contractor Capability (Refer back to the points of work above) Capability Statement/Information Sought: As part of your response, please provide your experience, knowledge and ability to provide the following: 1. Convene a workgroup of military and public health experts that will recommend military medical innovations to be translated. If the contractor does this experience, how doe the contractor plan to make up for that gap. 2. Facilitate a workgroup of military and public health experts that will be able to recommend military medical innovations to be translated. If the contractor does this experience, how does the contractor plan to make up for that gap. 3. Translate military medical innovations from military language into civilian language. If the contractor does this experience, how does the contractor plan to fill that gap. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Michael E. Allen, Contract Specialist at MEAllen@cdc.gov. Responses must be submitted by not later than 2:30 PM, EST on May 13, 2009. Capability statements will not be returned and will not be accepted after the due date. CAPABILITY STATEMENTS MUST DEMONSTRATE THE CAPACITY TO SUCCESSFULLY PERFORM PROJECT REQUIREMENTS OUTLINED ABOVE. Please address each in order listed above. Capability Statements shall be limited to 10 pages and shall include any/all teaming arrangements. Please include the following Business Information -- a. DUNS: b. Company Name c. Company Address d. Current GSA Schedules appropriate to this Sources Sought e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp. g. Company Point of Contact, Phone and Email address h. Tax identification number i. Point of Contact, Phone and Email address of individuals who can verify the demonstrated capabilities identified in the responses. j. Teaming arrangements are encouraged. All teaming arrangements shall also include the above-cited information and certifications for each entity on the proposed team. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e181564ec88ea67bc50f95bf31908b3&tab=core&_cview=1)
- Record
- SN01803506-W 20090430/090428220608-5e181564ec88ea67bc50f95bf31908b3 (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 |