Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
SOURCES SOUGHT

R -- Annual Update/Improvement of The On-line National Geriatrics Education Centers (GEC) Resource Directory and Migration to the HRSA GEC Website

Notice Date
5/21/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
HRS30603
 
Archive Date
6/16/2010
 
Point of Contact
David Trejo, Phone: 301-443-0534, Francis R Murphy, Phone: (301) 443-5165
 
E-Mail Address
dtrejo@hrsa.gov, fmurphy@hrsa.gov
(dtrejo@hrsa.gov, fmurphy@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 provide Annual Update/Improvement of The On-line National Geriatrics Education Centers (GEC) Resource Directory and Migration to the HRSA GEC Website This requirement is to update and maintain a resource directory centrally located on the nationally available HRSA website that will assist in the distribution and dissemination of available educational resources in geriatrics to local health professionals, academia, and other health care facilities. The purpose of this contract, authorized by the Public Health Service Act, as amended, Title VII, Section 753(a), is to establish a Geriatric Education Centers Resource Directory. This center will serve as the primary focal point to gather, review, approve, update and migrate to the HRSA website the various submitted geriatric educational materials from the Geriatric Education Centers throughout the country. Specifically, the proposed contractor is to make up-to-date geriatric educational materials available nationally on the HRSA web site and shall: (1) Update the layout and design of the On-Line National Geriatric Resource Directory; (2) Convert the database to SQL server to improve stability and allow more rapid transfer of data to the HRSA server; (3) convene an Advisory Committee to establish criteria for inclusion of products for direct download on the site, review current materials on the site to determine those that need to be deleted and those that require updates, and serve as the review body for new materials before they are added to the site; (4) orient appropriate personnel at each GEC on how to update their GEC contact and products information; (5) Update, maintain, manage, and adapt, as needed, the electronic database; (6) Collect, review (with input from the Advisory Committee), collate, and compile GEC educational and resource materials for online viewing or download via the Web, (7) Make GEC sample products/materials that meet established criteria Web-ready and place them in the Products Folder on the KUMC web server; (8) Establish links from the HRSA website to the KUMC Products Folder for viewing and download of GEC materials; and (9) Migrate updated copies of the On-Line National GEC Resource Directory database to HRSA's website on a regular schedule determined by HRSA. Contract performance will take place at contractor's office unless otherwise informed by the Government Project Officer. The Government anticipates awarding a Cost Type contract for a base year and four (4) one-year option periods. This is a new requirement. 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 shall be limited to ten 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 541611 (size standard $6.5m or number of employees) 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 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 Contract Specialist named below not later than 4:00 PM Eastern Standard time on June 1, 2010 for consideration. Responses can be submitted via email, fax or regular mail. The contract specialist is David Trejo, dtrejo@hrsa.gov, 301-443-5462 (FAX). 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3cd482da12bb0b4cfd0513015c3ab4a1)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02156416-W 20100523/100521234947-3cd482da12bb0b4cfd0513015c3ab4a1 (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.