SOLICITATION NOTICE
R -- Analytical Support for Comparative Effectiveness Research Inventory and Strategic Framework
- Notice Date
- 4/28/2009
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- RFQ58217
- Archive Date
- 5/19/2009
- Point of Contact
- Clint D Druk, Phone: 301-443-0403, Marie L. Sunday,, Phone: 301-443-7081
- E-Mail Address
-
clint.druk@psc.gov, MARIE.SUNDAY@PSC.HHS.GOV
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER GSA Federal Supply Sechedule, 874-1 Mission Oriented Integrated Services (MOBIS) Consulting Services, contract holders. The American Recovery and Reinvestment Act (ARRA) legislation established a Federal Coordinating Council for Comparative Effectiveness Research. The Council is responsible for coordinating the comparative effectiveness research (CER) across relevant HHS and federal government agencies and making recommendations for the $400 million allocated to the Office of the Secretary for CER. This contract will provide for analytical support and deliverables to assist the Council in its deliberations and strategy: 1.Strategic framework, criteria, and categorization scheme for CER and data infrastructure. 2.An inventory of the current CER portfolio including research activity and data infrastructure. 3.Final report which combines the strategic framework and inventory to identify gaps and potential priorities for future CER investment. A mandatory report to Congress, due June 30, 2009, calls for description of current comparative effectiveness research. In addition, a rapid assessment of comparative effectiveness research and infrastructure (e.g. clinical data networks, registries) will be critical to informing priorities for future CER funding. The HHS CER workgroup can help collect this information but a substantial amount of support will be needed to gather the information, assess the content, design a framework, and organize into a report. As the Council attempts to categorize types of CER spending and determine how to spend OS funds to fill gaps, a strategic framework will be essential. This framework should be agreed upon by the Council but an external contractor with knowledge of CER would facilitate development of the strategic framework, especially if the contractor has experience with CER and prioritization frameworks domestically and/or internationally. The period of performance will be one year and award is anticipated to be made on or before May 8, 2009. The anticipated contract type is firm fixed price and will be competitively solicited pursuant to FAR Pat 8 procedures.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7aa6680ef3029019a20b8686be36cb3&tab=core&_cview=1)
- Place of Performance
- Address: Performance will primarily be at the contractor's facility although some onsite performance will be necessary. Onsite performance will be in the District of Columbia., United States
- Record
- SN01804114-W 20090430/090428221914-b7aa6680ef3029019a20b8686be36cb3 (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 |