SOURCES SOUGHT
R -- Sickle Cell Disease Treatment Demonstration Program
- Notice Date
- 4/17/2014
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support 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
- 14-HRSA-SickleCell-PBS
- Archive Date
- 5/16/2014
- Point of Contact
- Philip B. Senerchia, Phone: 3014436065
- E-Mail Address
-
psenerchia@hrsa.gov
(psenerchia@hrsa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 services for the Sickle Cell Disease Treatment Demonstration Program (SCDTDP) National Coordinating Center. This requirement is to obtain services to gather data from and evaluate the performance of four SCDTDP grantees in addressing the three goals of the program, including: 1) increasing the number of providers treating persons with sickle cell disease for sickle cell related issues; 2) increasing the number of providers prescribing disease modifying therapies such as hydroxyurea; and 3) increasing the number of sickle cell patients that are receiving regular care with providers knowledgeable about treating sickle cell disease. Contractor will be required to deliver the following: Sickle Cell Oversight Steering Committee 1. List of proposed Oversight Steering Committee (OSC) Chair and members (Will be developed with the assistance of HRSA staff) 2. Letters of interest and curricula vitae of proposed OSC members 3. Agenda and planning materials for OSC conference calls Database Development 4. Database for collecting SCDTDP outcome measures 5. Data dictionary for SCDTDP database Model Protocol and Compendium of Resources 6. Model Protocol and Strategies Report 7. Model Protocol and Strategies Update Report 8. Web-based Compendium of SCDTDP Tools and Materials Reports and Presentations 9. Draft Report to Congress 10. Presentation slides for the draft Report to Congress Qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements 1.Experience with health programs and chronic disease management. The respondent must provide HRSA with examples of previous work in public health programs that demonstrate the ability to lead the development of health improvement strategies. 2.Experience with logistical support for the development of health programs. This will include providing logistical support for conferences, including developing agendas, note taking, and developing conference reports. The respondent must also demonstrate an ability to coordinate meeting planning and travel logistics. 3.Experience in developing clinical and health practice databases and data collection strategies that measure progress in meeting key goals of the program. [e.g., the respondent must demonstrate the ability to use evaluation methods and data collection strategies to gather health related data from a variety of sources and evaluate the data to assess the program. The respondent must demonstrate an ability to create a database program using widely available database platforms (e.g. SAS, Excel and Stata, etc.) and to develop a data dictionary to standardize data reporting. Considering the importance of the database to the entire contract, the respondent should provide a comprehensive proposed timeline that will demonstrate the ability to complete the creation of the database and data dictionary for review in a ten-month time frame. 4.Successful respondents shall demonstrate experience in the development of web-based communication strategies that allows the entity to develop a compendium of tools and resources in sickle cell management that helps inform model protocols and strategies to improve sickle cell care. 5.Respondents must have strong written communication skills, as the incumbent will be required to provide a report suitable for policy makers of the efforts of the program. A Firm Fixed Price contract is anticipated, for a term of three (3) years. The NAICS Code is 611710, with a small business size standard of $14,000,000. 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 15 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 611710 (size standard $7,000,000) 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). Additional information on NAICS codes can be found at www.sba.gov 4.DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) database (http://www.sam.gov) in order 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 5:00 PM Eastern Standard time on May 1, 2014 for consideration. All responses should be e-mailed to psenerchia@hrsa.gov Responses to this announcement will not be returned, and there will not 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 or for information that will 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/33e8027ba053b31cde05e88b57ae74bc)
- Place of Performance
- Address: Contractor's facilities., United States
- Record
- SN03341264-W 20140419/140417234714-33e8027ba053b31cde05e88b57ae74bc (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 |