Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

B -- Folic Acid Study - Statement of Work

Notice Date
8/27/2009
 
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
2009-Q-74029A
 
Archive Date
9/11/2009
 
Point of Contact
Matthew C Ellington, Phone: 770-488-2677
 
E-Mail Address
mce8@cdc.gov
(mce8@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Folic Study The Centers for Disease Control and Prevention (CDC) intends to procure the following services. This solicitation is a total small business set-aside. The Government will procure this order utilizing competitive FAR Part 13 Simplified Acquisition Procedures. The Government contemplates award of a firm fixed price contract resulting from this solicitation. Evaluation Criteria as follows: Technical Approach: Contractors shall provide a detailed and comprehensive plan for providing the required services and ability to meet the deliverables in the timeframe outlined. Specifically, the plan should describe: 1) working relationship with state health department's population-based birth defects surveillance system with current neural tube defects data and targeted prevention activities for Hispanics; 2) existing experience using promotoras for health promotion; 3) method for identifying a targeted community or areas with high concentration of Hispanics in an urban or urban mixed setting(s); 4) a working relationship or knowledge of Hispanic population and community leaders for the targeted area(s); and 5) ability to rapidly implement the contract activities including multivitamin distribution. Similar Experience: Contractors are to provide a staffing and personnel plan that demonstrates their understanding of the labor requirements and experience in implementing a project using promotoras for health promotion. The plan should address the proposed labor categories, descriptions of the services to be provided, estimated labor hours, etc. Contractors should discuss experience of proposed staff in employing promotoras for health promotion that is similar in complexity and size to this anticipated project. This information will be represented by the proposed staff, personnel resumes, description of similar projects completed within the last five years, and other appropriate documentation. Contractors should also describe their access to currently employed native Spanish-speaking promotoras or their ability to quickly hire native Spanish-speaking promotoras so that they are in place by October 29, 2009 for the CDC promotoras training through resumes, letters of commitment, immediate access to staffing pools or hiring agencies, and other documentation. Price Evaluation: A price analysis of the price proposal will be conducted to determine the reasonableness of the Contractor's price proposal. The award will be made to the Offeror whose proposal provides the best value to the Government. For the purposes of determining best value, technical considerations will be paramount. The Government will not make an award at significantly higher overall cost to the Government to achieve only slightly superior performance. Contractor minimum requirements: The prospective vendors should meet the following minimum vendor requirements which will be used to determine eligible contractors: 1. The vendor shall demonstrate an existing working relationship with a state health department population-based birth defects surveillance program with NTD surveillance data and vital statistics program. 2. The vendor shall be able to identify an urban-based community within their state with a high concentration of Hispanics. 3. The vendor shall have current and extensive experience with the recruitment and retention of native Spanish-speaking promotoras. 4. The vendor shall conduct on-going work in the Spanish-speaking community targeted for this promotion project, and have access to the Spanish-speaking community via promotora staff and/or existing partnerships with community leaders. 5. The vendor shall demonstrate promotoras employed by the vendor are familiar with conducting grassroots-level outreach work, preferably with a health focus, and should be very familiar with the zip codes/counties in which they will be primarily working. 6. The vendor shall secure locations for the education intervention that are convenient to the participating Latinas within the community. 7. The vendor shall demonstrate the ability to quickly initiate contract activities as soon as the contract start date begins and be able to send contractor promotoras to the CDC promotoras training on October 29, 2009. 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; proposals are being requested and a written solicitation will not be issued. The following FAR clauses and provisions apply to this acquisition: 52.204-7 -- Central Contractor Registration; 52.213-2 Invoices;52.213-4 - Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items); 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.243-1 -- Changes -- Fixed-Price with Alternate I; 52.252-1 -- Solicitation Provisions Incorporated by Reference; 52.252-2 -- Clauses Incorporated by Reference; NAICS CODE: 541990. Questions must be submitted electronically to mce8@cdc.gov not later than 12:00 Noon EST., September 1, 2009.No questions will be answered after this date. A copy of all questions received will be compiled with answers and post on September 2, 2009 by 4:00 pm. Eastern Standard Time. The proposal must be signed by an official authorized to bind your organization. You must submit one original copy of your proposal if delivery is by a mail/courier service to Centers for Disease Control and Prevention, Procurement and Grants Office, 2920 Brandywine Road Room 3724.01 Atlanta GA 30341; Attn: Matthew Ellington-Solicitation No. 2009-Q-74029A. Facsimile proposals are not authorized. If responding by email, the subject line must include the following language "Proposal for RFQ#2009-Q-74029A" and must be received by the Procurement and Grants Office on or before 12:00 p.m. Eastern Standard Time, on September 10, 2009. All responsible sources that can meet the above requirements may submit a proposal for Agency review and consideration. For contractual questions contact Matthew Ellington at mce8@cdc.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2009-Q-74029A/listing.html)
 
Place of Performance
Address: 2920 Brandywine Rd, Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01929938-W 20090829/090828082742-4937033d612a0a0848884627f7d2a366 (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.