Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2013 FBO #4285
MODIFICATION

B -- Random Digit-Dial Sampling Methodology and Acquisition of Electronic Data

Notice Date
8/16/2013
 
Notice Type
Modification/Amendment
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHS-NIH-NHLBI-CSB-(HG)-2013-235-DLM
 
Archive Date
9/3/2013
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THE SOLICITATION IS BEING MODIFIED TO CHANGE THE CLOSING DATE TO AUGUST 19, 2013. NO MORE QUESTIONS WILL BE ACCEPTED AFTER 3:00 P.M. EASTERN TIME, AUGUST 16, 2013 FOR THIS REQUIREMENT. i. 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. ii. The solicitation number is and the solicitation is being posted as a request for proposal (RFP). Offerors shall submit their proposals no later than 7:30 a.m. Eastern Standard Time (EST) on July 9, 2013, reference the RFP Number: HHS-NIH-NHLBI-CSB- (HG)-2013-235-DLM. iii A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, August 1, 2013. iv. The associated North American Industry Classification System (NAICS) code for this is 541910, Marketing Research and Public Opinion Polling and small business size standard is $14.0M. A. Background : The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary federal agency conducting, supporting and making medical discoveries that improve people's health and save lives. The National Human Genome Research Institute, Inherited Disease Research Branch (IDRB), Center for Research on Genomics and Global Health (CRGGH) conducts research related to how genes contribute to disease, including environmental and social factors. Many researchers from other NIH institutes and centers are working together to understand the effects of genomics, environmental factors and social determinants on cardiovascular disease outcomes in African Americans. This is a population that is disproportionately affected by cardiovascular disease. The overall goal of the research is to elucidate how these factors contribute to cardiovascular disease in African Americans. This information will be investigated through self-report surveys, genomic and clinical assessments. B. Purpose and Objectives : One thousand eight hundred African American men and women age 21-65 will be recruited from Washington DC, Prince Georges' County and Montgomery County over a 5-6 year period. There are two components for recruitment - telephone survey and community outreach. African Americans will be randomly contacted based on a robust random digit-dial sampling methodology (including mobile and land-line) to complete a 20 minute telephone survey designed to assess the sociodemographic and cardiovascular profile of African Americans in the targeted areas. The survey will be designed by the investigators. At the end of the survey, respondents will be asked if they would like to participate in the clinical assessment phase of the study. A database will be made-up of the telephone responses among those who do not want to participate. This will be used for various epidemiologic analyses. A second database will be made up of respondents who indicate they would like to participate in the clinical arm. The Contractor's telephone responses will be merged with data collected at the NIH Clinical Center based on a unique identifier to form the second more comprehensive database. C. Services to be Provided : The purpose of this requirement is to provide a full-service marketing and consulting firm with extensive experience specializing in health related opinion research, such as the Behavioral Risk Factor Surveillance Survey, use of and experience with random digit- dial sampling methodology, experience with telephone survey interviews, and experience contacting hard to reach populations- such as African Americans. The Contractor shall conduct and provide the following comprehensive information: 1. random digit-dial sampling methodology, including mobile and land-line, using Ci3/CATI programming; 2. conduct quality controls such as testing the questionnaire to assure that wording, flow, and skip patterns are entered as intended; 3. conduct the interview from a fully automated telephone center and utilize auto- dialing WinCati feature to ensure accurate dialing of sample; 4. provide single electronic data file in standard ASCII format to designated investigator after per month with responses and addresses of respondents; 5. provide electronic codebook with definitions of the variables; 6. provide an electronic file containing the names and telephone numbers for each respondent agreeing to participate in the clinical assessment phase of the study per month; 7. electronically provide the overall response rate and by age and gender, as well as completed interviews day; 8. check each file for accuracy, edit and format to meet the file format requirements; 9. check the programming to confirm completeness to skip pattern efficiency and to make sure that the completed data is being saved in the proper format; 10. check for errors and validating out-of-range responses; 11. check all surveys for accuracy and completeness; 12. in the event that a systematic error is discovered in wither the sampling or interviewing operation, the Contractor will correct the error at no cost to the NIH and provide the designated investigator documentation of the occurrence and correction; 13. continuously monitor data collection utilizing Net Support, CatiHelp, and Collective Analysis monitoring tools and maintain quality assurance; 14. provide state-of-the-art call center with fully automated call stations with computerized survey and data collection capability; 15. conduct a 20 minute telephone interview based on questionnaire developed by investigators. D. Certifications, License, or Other Expertise Required : ****The Contractor shall have at least ten (10) years of demonstrated experience conducting random digit-dial sampling methodology related to health related surveys, as well as working with scientific investigators, and demonstrated experience sampling African Americans. E. Place of Performance : The place of performance for discussion of progress and deliverables will be performed remotely via telephone or electronically via email correspondence. i. The FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition is hereby incorporated by reference. All Federal Acquisitions Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. F. Estimated Period of Performance : This Contract will have a base and four (4) Option Year Periods : Base: September 1, 2013 through August 31, 2014 (822 Surveys Completed) Option Year 1: September 1, 2014 through August 31, 2015 (350 Surveys Completed) Option Year 2: September 1, 2015 through August 31, 2016 (350 Surveys Completed) Option Year 3: September 1, 2016 through August 31, 2017 (350 Surveys Completed) Option Year 4: September 1, 2017 through August 31, 2018 (350 Surveys Completed) G. Safety Issues : Work is performed in an office setting; there are no safety issues H. Government-Furnished Equipment, Badge, Keys and/or Facilities Provided : The Contractor shall provide workspace, computers, telephone, and other electronic equipment. I. Security Clearance : Work under this Purchase order is Unclassified. The Contractor shall comply with all applicable Homeland Security regulations and procedures during the performance of this Purchase Order. J. Reimbursement Expenses (Travel, Conference, Training, Equipment or Materials, Etc): Travel or other reimbursable expenses are not required. K. Evaluation of Proposals : The Government will evaluate proposals that are determined technically acceptable in accordance with the Technical Evaluation factors. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract. Evaluation of Proposals: The Government reserves the right to make an award without discussion based solely upon initial proposals. Evaluation Factors (100 Factor Points): 1. Demonstrated expertise with random digit-dial (mobile and land-line) sampling methodology for health related telephone surveys - such as the Behavioral Risk Factor Surveillance Survey - and surveys developed by academic investigators for research purposes (30 points). 2. Evidence of fully-automated telephone center with Ci3/CATI programming and utilization of auto-dial WinCati features and data monitoring based on Net Support, Cati- Help, and Collective Analysis for sustained quality assurance (30 points). 3. Evidence of the ability to provide ongoing electronic data files in ASCII format, as well as other electronic files such as codebook, response rates, and referral contact information (20 points). 4. Evidence of success rate and experience in reaching and interviewing hard-to-reach populations such as African Americans (20 points). L. Price (This will be Firm-Fixed Price): An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or comparing proposed prices with the Independent Government Cost Estimate (IGCE). i. In accordance with FAR Clause 52.213.3, Offeror Representations and Certifications Commercial Items, offerors must complete annual representations and certifications online at httls://www.sam.gov/portal/public/SAM/. ii. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this Acquisition. iii. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items applies to this Acquisition. iv. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. Offerors shall submit their proposals no later than 7:30 a.m., Eastern Standard Time (EST) on August 16, 2013. The proposal must reference the RFP Number: HHS-NIH-NHLBI-CSB-(HG)-2013-235-DLM. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Proposals can be emailed to the Contracting Specialist, Dorothy Maxwell at maxwelld@nhlbi.nih.gov. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. Offerors' proposals shall not be deemed received by the Government until the proposal is entered into the email address inbox set forth above. All quotes shall contain the following: 1. Name of Contracting Organization; 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number); 3. Contract Type; 4. Total Contract Value and Discounts; 5. Description of Requirements; 6. Contracting Officer's Name and Telephone Number; 7. North American Industry Classification System (NAICS) Code; and 8. DUNS Number. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-2013-235-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03152171-W 20130818/130816234853-642a4e269bd9a72892d1020273aab6d1 (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.