SOLICITATION NOTICE
R -- Guidelines for Discharge Instructions For Adults with Mild Traumatic Brain Injury
- Notice Date
- 8/25/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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
- 2008-58020
- Archive Date
- 9/17/2008
- Point of Contact
- Lynn B. Walling,, Phone: 770-488-2747, Vallerie M Redd,, Phone: 770-488-2845
- E-Mail Address
-
lqw5@cdc.gov, gfj3@cdc.gov
- Small Business Set-Aside
- N/A
- Description
- The purpose of this project is to develop the Guidelines Recommendations and a template for Discharge Instructions for Adults with Mild Traumatic Brain Injury, with recommendations for implementation and dissemination. SCOPE OF WORK The contractor will put together a group of professionals (working committee) from community-based medical and allied health practices that may be following-up patients with concussion after discharge from the Emergency Departments, to work on the development of these Guidelines recommendations and template, and recommendation for its implementation and dissemination. These personnel on this working committee may be drawn from pediatrics, family practice, sports medicine, and neuropsychology. TASKS TO BE PERFORMED • Contractor will discuss with CDC project officer and a CDC TBI technical staff, the project requirements. • Contractor shall provide all labor, materials, supplies and equipment required to complete the task. • Contractor will develop the Guidelines Recommendations and template for Discharge Instructions for Adults with Mild Traumatic Brain Injury, and recommendations for implementation and dissemination (report). • Contractor will provide CDC project officer with a draft of guidelines, template, and recommendations within 10 months of the contract award date. The CDC TBI subject matter experts will provide feedback to project officer on the draft guidelines, recommendations and template, and project officer will provide those comments to contractor within 4 weeks. • The contractor will make revisions based on the comments provided and shall submit the revised guidelines and template to the project officer prior to end of project period (one year from award date). • Payment will be authorized after the revised guidelines; recommendations and template are accepted by CDC. FORMAT REQUIREMENTS FOR GUIDELINES RECOMMENDATIONS AND TEMPLATE The contractor shall deliver the report in both paper and electronic form, in CDC-approved word processing software (Microsoft Word), formatted for 8 ½" x 11" papers, with 1-inch margins and numbered pages. The cover shall include the project/award number, title, author(s) affiliation(s), and date completed. PERIOD OF PERFORMANCE Period of performance will begin at the date of award and continue until one year after contract has been awarded DELIVERABLES Due Dates Conference call with CDC project personnel to Include CDC Project Officer and TBI subject 2 weeks after contract has matter expert been awarded Complete list of working committee members 1 month after contract and their affiliation has been awarded Draft of guidelines recommendations and template 10 months after contract has been awarded Final guidelines recommendations and template 12 months after award The schedule of interim deliverables may be adjusted by mutual agreement between the vendor and the CDC project officer, as long as the end of period of performance is not changed without express written approval by the CDC contracting officer Minimum Vendor Qualifications: Must have technical capacity and demonstrated ability/proven track record with assisting federal agencies in the development of clinical guidelines. Evaluation Criteria: A. Award: This award will be awarded to the offeror whose proposal is considered to be the most advantageous to the Government, price and other factors considered. Technical factors will be more important than price in the evaluation. The Government will not make an award at a significantly higher overall cost to the Government to achieve only slightly superior performance. B. Technical Evaluation: Technical Approach (40) Contractors are to provide a discussion of their technical approach for providing the services required for this order. This criterion will be evaluated according to the soundness, practicality, and feasibility of the Contractor's technical approach for providing the services required. Prior Experience (40) Contractors should provide information reflecting prior experience of assigned staff that is similar to the complexity and size of the anticipated work. The person in this position should have knowledge and understanding of what is required to develop a strong and comprehensive discharge guideline document. Staffing and Management: (10) Contractors are to provide (1) a staffing plan that demonstrates their understanding of the labor requirements for this contract; and 2) a management plan that describes their approach for managing the work, to include subcontract management if applicable. This criterion will be evaluated according to the soundness, practicality, and feasibility of the offeror's staffing and management plans for this Contract. Price Evaluaton (10) Proposed fee This criterion will be evaluated to determine appropriate experience of assigned personnel. Simply reiterating the tasks is not a sufficient response and may be deemed non-responsive. The government will award one purchase order to an offeror the government determines provides the "best value", price and other non-priced factors considered. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE SOLICITATION; A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. QUOTES ARE BEING REQUESTED. The following provisions apply to this acquisition: 52.212-1, 52.212-3, and 52.212-5. The following clauses listed in paragraph (b) apply to this acquisition (1), (7), (16), (17), (18), (19), (22), (24), (29) and (30). Offerors shall include a completed copy of provision at 52.212-3, Offerors Representations and Certification - Commercial Items with quote. The best way to complete this certification and applicable clauses is to download the FAR clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, and fill in the appropriate blanks. Offers will be accepted by email or facsimile. All quotes must be clearly marked with the following: Lynn Walling, Project Number: 2008-58020. All responsible sources that can meet these requirements may submit a quote, which may be considered by the Agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7a78d8f0a69848e65bdf68e32091cc8d&tab=core&_cview=1)
- Place of Performance
- Address: NCIPC, 4770 Buford Hwy, Atlanta, Georgia, 30341, United States
- Zip Code: 30341
- Zip Code: 30341
- Record
- SN01649816-W 20080827/080825221140-7a78d8f0a69848e65bdf68e32091cc8d (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 |