SOURCES SOUGHT
B -- CDC NCIPC Evaluation of Smoke Alarm Placement Project
- Notice Date
- 8/21/2007
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ2007Q10055
- Response Due
- 8/31/2007
- Archive Date
- 8/31/2007
- Description
- RFP / RFQ 2007-Q-10055 PR46210 The Centers for Disease Control and Prevention (CDC), National Center for Injury Prevention and Control (NCIPC) is seeking a qualified vendor to provide the following services: TITLE: Evaluation of Smoke Alarm Program PURPOSE To conduct a follow-up evaluation of homes in which these ?10-year? smoke alarms were installed and determine what percentage of alarms are still installed and operational. If alarms are found to be missing or non-operational, determine and document the reasons. This is an evaluation of smoke alarms placed through 14 grantees funded in 1998 under Public Announcement (PA) 98054. SCOPE OF WORK The vendor will provide all the labor, materials and equipment required to provide the report ?Evaluation of Smoke Alarm Placement Project.? The vendor will be expected to work closely with state health department and local fire department personnel to complete all necessary tasks of this evaluation project. The vendor shall provide/install smoke alarms in homes where existing smoke alarms provided through PA 98054 are no longer functioning (limited quantity). No human subject or OMB clearances are expected as part of this project. TASKS TO BE PERFORMED / DELIVERABLES a. Provide work plan for review and approval by the CDC. The work plan shall minimally include, but not be limited to: Identify State or smaller region selection for participation in this project (either a whole state or predefined smaller jurisdiction or collection of jurisdictions). Criteria for selection shall include: 1. Availability of required information to conduct this project; 2. The vendor can reach at least 20% of the eligible homes; a. (Eligible home = with lithium-powered, ?10-year? smoke alarms smoke alarms installed within the 3 year period through PA 98054); and 3. Demonstrated ability to inspect not less than 500 homes in the selected region(s). 4. Jurisdictions do not have to be contiguous. 5. Jurisdictions may be selected based on project logistics or cost effectiveness, as long as other criteria are met. Identify State (and other partners) that was funded under PA 98054 to assist in identifying addresses that the SAIFE program was implemented. Confirm that state and fire department personnel will provide the required information and support. Develop method of identifying addresses of homes with smoke alarms placed as part of PA 98054. Develop method of enrolling eligible homes Develop plan of action on how to make contact with the house resident to determine smoke alarm operational status. Develop method of inspection. Develop plan of action for replacing non-functioning smoke alarms. Determine time-frames for key interim activities and deliverables. b. Inspect smoke alarms Inspect smoke alarms in eligible homes. Must inspect at least 20% of eligible homes in the predefined region(s) identified in the work plan, not to be less than 500 homes. Identify the number and type of smoke alarms present, number of smoke alarms operational, and document causes of any non-operational smoke alarms found. (This information will be required in summary format in the final report. No confidential identifiers, such as resident name or address, will be reported to the CDC.) Provide/install smoke alarms in homes where existing smoke alarms provided through PA 98054 are no longer functioning (limited quantity). c. Monthly progress report Due the 5th day following the end of each month. Describe progress to date, barriers, and any changes in work plan or methodology. The work plan will count as the first monthly report. The final report will count as the last monthly progress report. d. Final report, tentatively named ?Evaluation of Smoke Alarm Placement Project.? The final report shall minimally include, but not be limited to: Executive Summary; Introduction with description of the project, including goals and objectives; Table of contents; Report Body; Methodology, including but not limited to elements required in the work plan; Summary of results by jurisdiction; o number of eligible homes; o number of inspections; o number and type of smoke alarms present per home; o number of smoke alarms operational; o causes of any non-operational smoke alarms found; Recommendations; Definitions used in the report; References; and Appendices, as needed; Following delivery of the final report, the vendor will consult with the project officer for inclusion of the report into CDC published materials. Milstones Work Plan Within 45 days of award Inspect Smoke Alarms Within 10 months of award Monthly Report Due 5th day following the completion of each month Final Report to CDC Within 12 months of award GOVERNMENT FURNISHED MATERIALS List of grantees participating in PA 98054 PA 98054 PERIOD OF PERFORMANCE The period of performance shall commence upon award of a U.S. Government Purchase Order and shall continue for a period of one year from that date. The U.S. Government intends to evaluate offers and award a Purchase Order (PO) utilizing simplified acquisition procedures. Therefore, a submitted offer should contain the best terms from a technical and price standpoint. The North American Industry Classification (NAICS) Code is 541690.Interested vendors capable of furnishing the government with the services in this synopsis should submit a copy of your quotation. The quotation shall include the itemized price, prompt payment terms, the F.O.B. Point (Destination or Origin), Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNs); and descriptive literature of the services quoted. The quotation must reference Solicitation number 2007-Q-10055. Quotations will be due ten (10) calendar days from the publication date of this synopsis. All responsible sources may submit a quotation; however only offers received on or before August 31, 2007, by 5:00 PM Easter Standard Time (EST) shall be considered for possible award. Quotations must be submitted in writing to the Centers for Disease Control and Prevention (CDC), Procurement and Grants Office. This government requirement will be procured as a commercial item in accordance with FAR Part 12.102(c). Quotes are due August 31, 2007, by 5:00 PM EST at the Centers for Disease Control and Prevention; Procurement and Grants Office; Attn: Russell T. Oxford; 2920 Brandywine Road, Mail Stop K-70, Room 3637, Atlanta, GA 30341. Email quotes should be emailed to roxford@cdc.gov. Email quotations will be accepted based on electronical posted email delivery time and date. Facsimile quotes will be accepted at 770-488-2670 / 2671. RFQ# 2007-Q-10055 Attn: Russell T. Oxford, shall be clearly marked on the email subject line, envelope and/or facsimile cover page. All responsible sources that can meet the above requirement may submit a quote. The Central Contracting Registry (CCR)http://www.bpn.gov/ccr/scripts/index.html - is a central repository of all Contractors who wish to do business with the Federal Government. All vendors who wish to bid on this requirement must be registered and validated in the CCR prior to award of this Purchase Order. Vendors who are not registered in CCR WILL NOT be considered for this project.
- Place of Performance
- Address: 4770 Buford Hwy, NE, Atlanta, GA
- Zip Code: 30341
- Country: UNITED STATES
- Zip Code: 30341
- Record
- SN01379283-W 20070823/070822065112 (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 |