MODIFICATION
A -- CCQDER Cognitive Interviewing Studies
- Notice Date
- 7/31/2020 9:30:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- CDC NATIONAL CENTER FOR HEALTH STATISTICS Atlanta GA 30333 USA
- ZIP Code
- 30333
- Solicitation Number
- 75D301-20R-68029
- Response Due
- 8/14/2020 10:00:00 AM
- Archive Date
- 10/31/2020
- Point of Contact
- Florence Black, Phone: 412-386-6455
- E-Mail Address
-
fbb4@cdc.gov
(fbb4@cdc.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a separate written solicitation will not be issued. The solicitation number for this requirement is 75D301-20-R-68209 and is hereby issued as a Request for Proposal (RFP). The Centers for Disease Control and Prevention (CDC), National Center for Health Statistics (NCHS) seeks a contractor to conduct cognitive interviewing evaluation studies on a variety of demographic, social, and health-related topics in various languages. The contractor will be responsible for all activities necessary to conduct, complete, remunerate, document, and deliver the results of a specific cognitive interviewing study using test questions provided by NCHS, in accordance with the attached RFP.� The contractor may be responsible for completing a CIPSEA Information Protection Plan as determined by the NCHS Confidentiality Officer and the NCHS Information Systems Security Officer.� The contractor may also be required to provide inspection of contractor facility that collects, uses, or stores cognitive interviewing and cognitive interview support data under a Designated Agent Agreement (DAA). The awarded contract is expected to be an IDIQ contract.� �CLINs 0001,0002,0003, 0004, 0006, and 0008 are expected to have fixed unit prices that cover all the components of each CLIN.� CLINs 0005 and 0007 are expected to be cost reimbursement CLINs and estimated costs will be negotiated prior to issuing a modification to fund a specific project.� It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://www.acquisition.gov. �This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2020-07 (July 2020). This acquisition is being conducted as small business set aside under NAICS code 541720 with a small business size standard $22.0 M. The government plans to issue an indefinite delivery/indefinite quantity contract, with fixed prices per unit, to the successful offeror. To be eligible to receive an award resulting from this solicitation, a contractor must have an active registration in the System for Award Management. The proposal must include FAR 52.212-3, Offeror Representations and Certifications, with Offer or indicate if it is available online at SAM.gov. Questions concerning this solicitation are due by 11:00 AM Eastern Time, August 5, 2020, and must be sent to the attention of� Florence Black via email at fpblack@cdc.gov .� The Offeror must cite the solicitation number in the email subject line. Proposals are due on August 14 by 1:00 PM Eastern Time. The Proposals must be signed by an official authorized to bind your organization. Each offeror must submit one electronic copy of its proposal Volumes I, II, and III via email to fpblack@cdc.gov , and the subject line must read �(company name) Proposal to RFP: 75D301-20-R-68209. In addition to the email copy, an offeror must submit one hard copy of its proposal addressed as follows: � Florence Black, Contract Specialist/Contractor;� RFP �75D301-20-R-68209; CDC Office of Acquisition Services; 626 Cochrans Mill Road, Building 140; Pittsburgh, PA 15236 �The full RFP is attached, including the CLINs for pricing,� the Statement of Work, Clauses, and Solicitation Terms with evaluation factors.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e8e273b5f127435bae969d4d89551a78/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05741221-F 20200802/200731230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |