Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SPECIAL NOTICE

B -- Assisted Reproductive Technology

Notice Date
5/29/2008
 
Notice Type
Special Notice
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2008-N-10355SN
 
Archive Date
6/29/2008
 
Point of Contact
Matthew C Ellington,, Phone: 770-488-2677, Teri M Routh-Murphy,, Phone: 770-488-2713
 
E-Mail Address
mce8@cdc.gov, tnr3@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention intends to issue a sole source firm fixed priced purchase order to Society for Assisted Reproductive Technology located at 1209 Montgomery Highway Birmingham, Alabama 35216-2809. This is a special notice to determine the availability of potential vendors that can provide the necessary technical data for the National Center for Chronic Disease Prevention and Health Promotions Division of Reproductive Health. This is an on-going study and the Society for Reproductive Technology is the only source that can provide this critical data. The core tasks and minimum contractor requirements will include: 1) Track all clinics performing assisted reproductive technology (ART) in the U.S. and its territories in operation, closed or reorganized during the 2007-2011 data reporting years and provide an Excel spreadsheet listing of all clinics that performed ART and were required to report data under the Fertility Clinic Success Rate and Certification Act of 1992 (FCSRCA). 2) Organize a team of two to three ART data validation specialists with previous experience with ART data validation activities to serve as data validation experts. The vendor's validation team shall attend meetings and participate in training for validation activities for the 2007-2011 data reporting years. 3) Provide CDC with data on the compliance of ART providers with professional guidelines and identify and measure indicators of quality of the practice of ART. 4) Organize a team of five to six experienced ART professionals and plan an annual in-person, meeting to discuss issues related to the collection and reporting of ART information and other related topics. 5) Establish an Assisted Reproductive Technology (ART) Epidemiology Fellowship plan with yearly six month rotations at CDC. 6) Provide a lecture series on infertility and ART geared for CDC staff. 7) Develop and maintain a scientific exchange plan to allow CDC scientists to have learning experiences in collaboration with specialists in highly performing ART clinics or laboratories. The proposed contract action is for services which the Government intends to solicit and negotiate with only one source under authority of FAR PART 6.302-1; 4202 Clinger-Cohen Act of 1996. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Governments requirements. In addition, the response should any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Anticipated award date is August 8, 2008. Responses must be received no later (NLT) 12:00 a.m., Eastern Standard Time, June 14, 2008. Responses should be submitted to: Matthew Ellington 2920 Brandywine Road N.E. M/S E-01 Atlanta, GA 30341. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received before the closing of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This procurement is not set-aside for small business. For contractual questions contact Mathew Ellington at mce8@cdc.gov. CAPABILITY STATEMENTS MUST DEMOSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Capability statements shall include the following information: company name, address, point of contact, phone/fax/email, and business size and status. The NAICS code for this requirement is 813920.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22bc302b2e57226cc01c34f5cc78fa8b&tab=core&_cview=1)
 
Place of Performance
Address: 2920 Brandywine Road M/S K-41, Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01582494-W 20080531/080529220853-22bc302b2e57226cc01c34f5cc78fa8b (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.