SOLICITATION NOTICE
R -- State and Universal Approaches to Child Maltreatment Prevention
- 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
- 2008-58947
- 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 Centers for Disease Control intends to award a purchase order in accordance with the following: The purpose of this requisition is to hire an external expert in child maltreatment and parenting to develop universal prevention strategies and to assess how Child Maltreatment (CM) prevention could be incorporated into state disaster planning. SCOPE OF WORK The contractor will provide all labor, materials, and equipment required to complete the tasks outlined below. The contractor will be required to travel, and communications are required with CDC which will be needed for participation in meetings. In addition, the vendor will be required to travel to Baton Rouge, LA and Atlanta, GA to gather information about state planning efforts. TASKS TO BE PERFORMED The contractor shall perform the following tasks to assess state planning efforts to prevent CM in the wake of a disaster: A. Contact representatives of relevant stakeholder groups (child health advocates, child health professionals, child maltreatment professionals and state disaster response professionals) in the capital cities of Baton Rouge, LA and Atlanta, GA to set up phone conversations about their planning efforts. B. Train graduate level students on how to talk with state representatives about their planning efforts. C. Lead a focus group (n<9) in Baton Rouge, LA about state planning efforts. D. Work with CDC to write a report about the incorporation of CM prevention into state disaster plans. The contractor shall perform the following tasks to develop universal CM prevention approaches: A. Collect materials on national parenting campaigns in the U.S. and international settings and create an electronic folder of these materials to share with DVP parenting workgroup. B. Participate in an external panel meeting of health communications and CM experts to discuss the potential content of and delivery strategies for a CDC-branded universal positive parenting strategy. C. Work with CDC staff to write a summary report on potential content and delivery mechanisms for the universal strategy. GOVERNMENT FURNISHED MATERIALS • Background documents from 2 DVP projects i. project to assess state plans for CM prevention efforts following disaster events ii. project aims to develop a CDC-branded universal positive parenting strategy to prevent CM • Relevant DVP-sponsored literature reviews i. Review of effective strategies for preventing CM ii. Review of effective parent training programs PERIOD OF PERFORMANCE The period of performance shall commence upon award and shall continue through the next 24 months. DELIVERABLES The vendor shall provide the following deliverables to the Project Officer by the dates reflected below. All electronic files should be delivered in MS Word or Adobe Acrobat format and provided via e-mail. Deliverables Date Required Focus Group results from Louisiana (electronic file) Within 6 months of award date Folder of universal parenting campaigns/strategies (electronic file) Within 12 months of award date Summary report for state disaster planning project (electronic file) Within 18 months of award date Vendor portions of summary report for universal positive parenting project (electronic file) Within 24 months of award date MINIMUM VENDOR QUALIFICATIONS • The vendor shall have a doctoral degree in child clinical psychology, child development, or developmental psychology. • The vendor shall have expertise in CM, parenting, and psychological responses to disasters. • The vendor shall be required to travel to Atlanta, Georgia and once to Baton Rouge, Louisiana to fulfill the requirements of consultation with CDC. TECHNICAL EVALUATION CRITERIA Evaluation Criteria are identified in 52.212-2 Evaluation - Commercial Items (Jan 1999). Follow the instructions for preparing and submitting a technical narrative. Factors shall be used to evaluate offers, listed in descending order of importance: Prior Experience - 40 % Provide information relative to experience conducting research on child maltreatment prevention and parenting interventions and programs. In addition, the offeror should describe their experience conducting focus groups, trainings, stakeholder interviews, and writing peer reviewed articles on the topics of child maltreatment and parenting. This criterion will be evaluated to determine appropriate experience of assigned personnel This criterion will be evaluated to determine appropriate experience of assigned personnel. Technical Approach - 30% Offeror should provide a discussion of their technical approach for providing the services required for the contract. This criterion will be evaluated according to the soundness, practicality and feasibility of the contractor's description of the approach for providing the specified services. Capacity - 30% Offeror should provide information that outlines their expertise in the area of child maltreatment prevention and parenting and their ability to fulfill required tasks. This criterion will be evaluated to determine the appropriate demonstration of ability of assigned personnel. Technical and Past performance, when combined, are significantly more important than Price. 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: 2008-58492. 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=480b95698bc7dc42c30dad00124de718&tab=core&_cview=1)
- Place of Performance
- Address: NCCDPHP, 4770 Buford Highway, Atlanta,, Georgia, 30341, United States
- Zip Code: 30341
- Zip Code: 30341
- Record
- SN01650003-W 20080827/080825221606-480b95698bc7dc42c30dad00124de718 (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 |