Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
MODIFICATION

A -- National Children's Study Vanguard 2.0

Notice Date
5/16/2012
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NIH-NICHD-NCS-SBSS-2012-07
 
Archive Date
5/17/2012
 
Point of Contact
Fred Ettehadieh, Phone: 301-435-6961, Howard Cyrus, Phone: 301-435-6963
 
E-Mail Address
fe19w@nih.gov, hc163b@nih.gov
(fe19w@nih.gov, hc163b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this modification/amendment is to change the presolicitation number to NIH-NICHD-NCS-SBSS-2012-14. There are no other changes to this presolicitation by this modification/amendment. The National Institutes of Health (NIH), Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) is planning to issue a solicitation for multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) Task Order contracts for the National Children's Study (NCS) - Vanguard 2.0 Study. It is also anticipated that up to two task orders will be issued at the time of the contract award. The goal of the National Children's Study is to improve the health and well-being of children by contributing to understanding the influence of multiple factors, both negative and mitigating, on health and disease. As the research progresses, findings from the Study will be made available to researchers and to the public to facilitate further study and to guide health practice and policy. Additional background about the Study including a current Concept of Operations is available on the Study Website (www.nationalchildrensstudy.gov). The National Children's Study (NCS) principles are to be data driven, evidence based, and participant and community informed. The NCS will establish an NCS Vanguard Study Regional Operations Center (ROC) Network which will consist of 4 Regional divisions of 10 current Study Locations based on geography: Central, East, South and West Regions. A listing of locations is available on the NCS public web site at http://www.nationalchildrensstudy.gov. The goals of the solicitation will be to implement the next phase of the NCS Vanguard Study with a focus on the activities of data collection and evaluation, participant retention, study visit development and assessment and formative research on methods to address specific questions or needs. A Contractor may be awarded multiple ROCs. The maximum number of regions/ROCs that any one contractor may be awarded is limited to three. Each Region will have a single ROC to implement the NCS Vanguard 2.0 Study. Each Contractor will manage and execute listed NCS functions at all locations within an awarded region. Activities to be performed by the Contractor could include the following: implementing provided Study Protocol; local implementation, administration and management of a provided Information Management System (IMS); ongoing tracking and follow-up of enrolled NCS children and associated adults; scheduling and completion of Study visits with enrolled participants; providing a call center sufficient to complete Computer Assisted Telephone interviews; providing space to function as a mail center; management of specimen/sample collection on a regional level; development and implementation of a comprehensive evaluation plan that provides for continuous monitoring of field practices and processes; conducting a program of centralized laboratory testing of NCS biospecimens and environmental samples for the region; development of production reports that demonstrate the status of cases by various strata (such as field data collector, case disposition, amongst others); and data submission via the provided IMS system. The Contractors may also be responsible for the following: performing program management; providing comprehensive staffing plans; recruiting and hiring all field staff and interviewers; completing security background checks; maintaining, developing and executing training materials, modules and programs; developing a Project Management Plan; maintaining up-to-date project management records; instituting and monitoring compliance through comprehensive quality assurance and quality control procedures; planning for and implementing outreach activities; developing and implementing a Communications Plan; developing outreach and engagement messages; evaluating communications and public relations efforts; conducting activities to engage the communities; organizing a Regional Community Engagement Advisory Committee; conducting centralized community engagement evaluation activities; building and sustaining relationships with health care and other health service providers; planning for and executing an initiation meeting, weekly meetings, scientific meetings, workshops and/or trainings; and developing plans to ensure an efficient, safe and orderly transition. This announcement is not a Request for Proposal (RFP), although it is anticipated that at least two (2) Cost Reimbursement, Indefinite Delivery Indefinite Quantity contracts will be awarded on or about 9/28/2012 for a period of five years. It is also anticipated that up to two severable tasks will be issued at the time of award. Each task will consist of a one year base and four (one year) option periods. The Government is not committed to award a contract pursuant to this announcement. The solicitation detailing the specifics of the project, as well as information pertinent to the development of an Offeror's proposal will be available electronically on or about May 16, 2012 and will be posted to Federal Business Opportunities website at: http://www.fedbizopps.gov. No paper copies will be available. Information in the RFP will supersede any information in this pre-solicitation announcement. This acquisition has been designated as full and open competition under the North American Industry classification system (NAICS) code 541712.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NICHD-NCS-SBSS-2012-07/listing.html)
 
Place of Performance
Address: NICHD Office of Acquisitions, Bethesda, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN02749489-W 20120518/120516235757-b94fa815fb3cf7c4f269a17806fa8750 (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.