Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

R -- Datasets for Studies of Environmental Exposures and Cancer Health Disparities

Notice Date
6/1/2022 7:39:22 AM
 
Notice Type
Presolicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91022Q00096
 
Response Due
6/8/2022 7:00:00 AM
 
Point of Contact
Adam Hernandez, Phone: 2402765633
 
E-Mail Address
adam.hernandez@nih.gov
(adam.hernandez@nih.gov)
 
Description
The U.S. Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Occupational and Environmental Epidemiology Branch (OEEB) intends to procure, on a sole source basis, datasets from Dun & Bradstreet, 5335 Gate Parkway Jacksonville, FL 32256. The response close date of the notice for this requirement is in accordance with FAR 5.203(b). This acquisition will be processed under FAR Part 12 � Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The North American Industry Classification System (NAICS) code is 518210 and the business size standard is $35 million.� 1.0 BACKGROUND The U.S. Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Occupational and Environmental Epidemiology Branch (OEEB) performs epidemiologic studies of cancer and environmental health disparities. OEEB has planned analyses to characterize the independent and joint contributions of the chemical, non-chemical, and social-structural environment on cancer incidence and mortality disparities in the United States. To do this, OEEB will leverage existing census data by linking it to existing NCI cohorts. As part of comprehensive analyses of the non-chemical environment, data are needed to quantify food outlets and healthcare facilities. For ongoing investigations of point source carcinogenic emissions and associated cancer health disparities, OEEB requires the data on point source locations (addresses) for these business types for the entire United States. This will facilitate the creation of datasets for analyses by U.S. census tracts and residential-level analyses of multiple cancer sites � all cause and cause-specific mortality in the NIH-AARP and PLCO cohorts. The data on business types are not publicly available and shall have already been identified, quality-controlled, and maintained by the Contractor. This contract requires support from the Contractor to assemble the business listings and provide the details on each point source. 2.0 OBJECTIVE The purpose of this Purchase Order is to acquire the data on point source locations (addresses) for food outlet and healthcare facility business types for the entire United States. The data will be used for the analyses of the non-chemical environment in United States census tracts and in the NIH-AARP and PLCO cohorts.� 3.0 CONTRACT REQUIREMENTS The Contractor shall provide two separate files in accordance with the following: File #1 � All records matching the below Selection Criteria in 1990 File #2 � All records matching the below Selection Criteria in 2000 Selection Criteria: All U.S. businesses that were active (not out of business) and contain a Primary SIC Code that match any in the following list: SICs: 5411, 5812, 8011, 8049, 8051, 8052, 8059, 8062, 8063, 8069, 8082, 8092, 8093, 8099 The Contractor shall deliver each file in the following layout: D-U-N-S Number Business Name Street Address Street Address 2 City Name State/Province Abbreviation Postal Code Primary SIC Code (US 1987 SIC 1 sourced from Worldbase 1784) Year Started Status Code (Location Type) 0 = Single Location - no other entities report to the business 1 = Headquarter/Parent - branches and/or subsidiaries report to the business 2 = Branch - secondary location to a headquarter location Subsidiary Indicator (Location Type) 0 - Not a subsidiary 3 - Is a subsidiary The Contractor shall provide data documentation with each file that describes how the data was created, the data structure, sources of information, and any ancillary details that will aid the NCI in understanding the contents of the dataset. The Contractor shall provide support for questions about the data deliveries.�� 4.0 TYPE OF ORDER� This is a Firm-Fixed-Price Purchase Order for non-severable services. The services specified in each contract line item (CLIN) have been determined to be nonseverable services � a specific undertaking or entire job with a defined end product of value to the Government. 5.0 PERIOD OF PERFORMANCE The anticipated period of performance shall be for three (3) months from the date of award. 6.0 PLACE OF PERFORMANCE All work shall be performed at the Contractor�s location. 7.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE All deliverables shall be in accordance with Section 3.0 and sent electronically to the NCI Technical Point of Contact (TPOC) per the following deliverable schedule: Deliverable #1 - Datasets (File #1, File #2) in Excel format and documentation in Word or PDF format due within 30 days of award. Deliverable #2 � Ongoing Support for questions about the data deliveries via conference calls (e.g., email, phone, WebEx). 7.1 INSPECTION AND ACCEPTANCE CRITERIA Pursuant to FAR clause 52.212-4, all work described in the SOW to be delivered under this contract is subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the NCI Technical Point of Contact (TPOC), who is responsible for inspection and acceptance of all services, materials, or supplies to be provided by the Contractor. Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use information and communication technology (ICT), it shall be accessible to people with disabilities. Federal employees and members of the public who have disabilities must have access to, and use of, information and data that is comparable to people without disabilities. Remediation of any materials that do not comply with the applicable Section 508 requirements as set forth below, shall be the responsibility of the Contractor. Products, platforms, and services delivered as part of this work statement that are ICT, or contain ICT, must conform to the Revised 508 Standards, which are located at 36 C.F.R. � 1194.1 & Apps. A, C & D, and available at https://www.access-board.gov/guidelines-and- standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards- and-guidelines Per Section 508 and as mandated under HHS Policy for Section 508 Compliance and Accessibility of Information and Communications Technology (ICT) (07/2020) all documents or electronic files provided to the NIH NCI under contract must be conformant with Section 508 standards and accessible to persons with disabilities.� Conformance shall be confirmed by use of material provided at HHS OS Factsheets & Reference Guides and verified through the use of the HHS Checklist Documents (WCAG 2.0 Refresh); in addition, contractors and vendors are encouraged to make use of the instructional materials and checklists at GSA Section 508.gov�s�Create Accessible Digital Products 8.0 UNIQUE QUALIFICATIONS OF THE CONTRACTOR The OEEB planned study requires linkage to businesses existing in 1990 and 2000 to create exposure metrics for the period most relevant to disease etiology. Dun & Bradstreet is the only known entity possessing and having validated the historic business operating data on the specific years needed (1990 and 2000), all business types, and detailed business information (DUNS numbers, addresses, Standard Industrial Classification (SIC) codes, and operating dates). Secondary data listings are primarily created for business purposes and may not require the same level of precision in classification as needed for research. Numerous studies (e.g., Han et al., 2012; Jones KK et al., 2017) have identified data from Dun & Bradstreet to be superior to others available on the open market with respect to the accuracy of business locations, business counts, and classification of business type. An experienced Dun & Bradstreet programmer with access with this dataset will prepare and send the required data. Access to these data is essential for planned analyses of environmental exposures and cancer incidence, which is part of the mission of the OEEB. 9.0 RESPONSE INSTRUCTIONS This notice is not a request for competitive quotations. However, if any interested party, especially a small business, believes it can meet the above requirement, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in enough detail to allow NCI to determine if the party can perform the requirement. All responses must be submitted via email to Adam Hernandez, Contracting Officer at adam.hernandez@nih.gov. Responses are due no later than 10:00 A.M. ET Wednesday, June 8, 2022 (06/08/2022). A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for determining whether to conduct a competitive procurement. To receive an award, Contractors must be registered and have valid certification in the System for Award Management (SAM) through SAM.gov, and have Representations and Certifications filled out. Reference 75N91022Q00096 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35b9fa2a80ce48579dbbf30961283031/view)
 
Record
SN06343889-F 20220603/220601230104 (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 |
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.