SOLICITATION NOTICE
B -- VETERAN POPULATION ANALYSIS
- Notice Date
- 5/12/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- VA Salt Lake City Health Care System;500 Foothill Drive;A&MMS (04a);Salt Lake City, UT 84148
- ZIP Code
- 84148
- Solicitation Number
- VA-259-09-RP-0278
- Response Due
- 6/2/2009
- Archive Date
- 7/2/2009
- Point of Contact
- Richard A. Garrard
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued UNRESTRICTED. NAICS code for this acquisition is 541850. Vendor shall provide all necessary labor, materials, tools, equipment and transportation required to provide the services described below. Vendor must submit pricing as follows:Pricing: 1 Job _____________________. All offerors should submit documentation for evaluation for award as described near the end of the synopsis-solicitation below. Contract performance is to be completed by 7/3/2009. STATEMENT OF WORK:GIS Veteran Population Data Analysis: The goals of this project with respect to the VENDOR is to assist the Veterans Affairs (VA)Western Region in analyzing their service area in terms of understanding the population dynamics from 1970 to 2007, the spatial distribution of veterans and veterans diagnosed with post traumatic stress disorder (PTSD, the level of rurality, and the accessibility areas served by VA hospitals and community based health services. These goals will be accomplished through the following seven (7) tasks:Note: The spatial extent of analysis is the Veterans Affairs Western Region comprising of the Veterans Integrated Service Network (VISN) 18, 19, 20, 21, 22 for tasks 1,2,and 3. Tasks 4, 5, 6 and 7 will be for the entire United States. The analysis area will also include Philippines, Guam, American Samoa, and Saipan when data is readily available.1. Census data is collected every 10 years using two different forms: 1) Short form which contains 100-percent data meaning the data is compiled from questions asked of every person and housing unit; and 2) Long form which contains data collected from approximately one in six households and weighted to represent total population. The VENDOR will collect and assemble a Census dataset for the 1970, 1980, 1990, and 2000 census, as well as, the 2007 Claritas census estimate. In order to be able to analyze the data over multiple census collections, the data needs to be normalized. All census data sets will be normalized to the 2000 census tract boundaries to account for changes occurring in the census recording boundaries.2. Using population census data (SF1:P1:Total population) from the short form census data, population trends will be identified on a decadal and overall time frame from 1970 to 2007. Areas of growth and decline will be identified at the census tract level to show the changing population densities of the VA Western Region.3. The Veteran population will be estimated using the census long form (SF3:P39:Sex by Age by Armed Forces Status by Veteran Status for the Population 18 Years and Over) data at the census tract level. This data will provide general estimates of the location and density of Veterans in the Western Region, as well as analysis of the Veteran population distribution by age and gender. In addition the data will be analyzed at the decadal and overall time frame (1970 to 2007) level to identify patterns in where Veterans are living.a. The Veteran population diagnosed with PTSD will be identified and mapped at an appropriate de-identified level. This data will be provided to the VENDOR by the VA in de-identified form.4. The level of rurality will be determined using the USDA Rural-Urban Continuum (2003, 1993, 1983, 1974) and USDA County Typology codes (1974, 1983, 1989, 2004). These codes provide a measure of the level of development based upon the population, degree of urbanization, and proximity to metro areas at the county scale. The USDA historical data will be used to identify patterns in changes of rurality on a decadal and overall time frame. This analysis will be conducted at a national spatial extent.5. The location of all VA hospitals, clinics, and community based services (approx. 365) will be mapped by geocoding all the addresses provided for the service locations (found on the VISN websites) using the ESRI Streetmap USA street dataset. In addition the following data will also be geodoced:a. All VA facilities in the United States providing mental health services (approx.400) will be geocoded and identified. The VA will identify the facilities providing mental health services and provided this information to the VENDOR.b. Telehealth sites located within the Western Region (approx. 590) will begeocoded and identified. The VA will provide the VENDOR with the Telehealthfacility addresses in table format.c. Veteran Administration offices for the Western Region as listed on the VISN websites.d. Veteran Administration facilities and offices in the Philippines, Guam, American Samoa, and Saipan.6. To determine the service area of a particular location (ex. hospital) a network analysis will be performed using a time (ex. 30 minutes) variable to identify the extent of the service area. This analysis will be conducted using the geocoded service locations (task 5) and the ESRI Streetmap USA dataset available per state. This analysis will be run using 30 minutes, 60 minutes, 90 minutes, 120 minutes, 150 minutes, and 180 minutes as the time variable.a. Additional network analysis will be performed to identify service areas (based on travel time and distance) for patients with PTSD at a national level using the facilities identified (task 5a) as providing mental health services.7. The PTSD patient characteristics associated with service use, as identified through a VA run multiple regression, will be displayed together with rurality at a national level. The VA will provide the VENDOR with the patient characteristics for each zipcode at a national spatial extent.The deliverables will consist of a final report detailing the above stated analyses. Nine (9)formal maps illustrating the identified analyses results will be included in the final report. The report will be delivered in Adobe PDF format. In addition, ESRI ArcReader and ESRI ArcMap Projects can be provided along with any digital data created during the project.CONTRACT CLAUSES: FAR 52.204-7 Central Contractor Registration (Apr 2008);FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Sep 2007);FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2008).FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Feb 2009) For the purposes of this clause, items (b) 17, 19, 20, 21, 22, 23, 25, 33, and 37 and (c) 7 are considered checked and apply; FAR 52.224-1 Privacy Act Notification (Apr 1984); FAR 52.233-3 Protest after Award (Aug 1996); FAR 52.233-1 Disputes (July 2002); FAR 52.233-4 Applicable Law for Breach Of Contract Claim (Oct 2004);FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation (Apr 1984);FAR 52.237-3 Continuity of Services (Jan 1991);FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984);FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998) For the purposes of this clause, the blanks are filled in as http://www.acquisition.gov/far/index.html and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm respectively: VAAR 852.203-70 Commercial Advertising (Jan 2008);VAAR 852.216-70 Estimated Quantities (Apr 1984);VAAR 852.237-70 Contractor Responsibilities (Apr 1984);VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim - Oct 2008);VAAR 852.273-76 Electronic Invoice Submission (Interim - Oct 2008).SOLICITATION PROVISIONS:FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008);FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 2009): Offerors must include a completed copy of the provision with its offer;FAR 52.216-1 Type of Contract (Apr 1984) For the purpose of this clause, the blank is filled in as Firm Fixed Price, Indefinite Quantity.FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the blanks are filled in as http://www.acquisition.gov/far/index.html and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm respectively.VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008);VAAR 852.273-70 Late Offers (Jan 2003); VAAR 852.273-74 Award Without Exchanges (Jan 2003). SOLICITATION PROVISIONS2.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. EVALUATION FACTORS: Documentation shall be submitted by the vendor to substantiate their response to the evaluation factors below.TECHNICAL: (1) Technical expertise to use multiple databases to develop visual mapping of spatial distribution of infrastructures including healthcare facilities, roads, schools, and other community entities, overlaying this information with Veteran population distributions, using U.S. Census definitions related to Rural and Highly Rural areas. (2) Coverage area of mapping to include all 50 United States, U.S. territories and principalities, affiliates, and allied countries for which treaties exist to provide care to Veterans (including but not limited to Saipan, Philippine Islands, American Samoa, Palau, Guam, Puerto Rico and U.S. Virgin Islands). Mapping will be provided with outlined designation of service areas of the VRHRCs, as detailed by VA.(3) Ability to provide color electronic versions of maps depicting multiple variants of analyses of Veteran population, in Adobe PDF format. (4)Ability to analyze multiple census collections and normalize the data from varying datasets. Census to be normalized to the 2000 census tract boundaries to account for changes occurring in the census recording boundaries. Population datasets include 1970, 1980, 1990, and 2000 U.S. Census, as well and 1007 Claritas census estimate.(5)Ability to use de-identified data sets of Veterans with diagnostically specific healthcare needs to populate overlays of this information in the maps listed in item 1.(6)Ability to respond to changes in mapping needs of within 5 business days, with delivery of maps depicting changes.(7)Ability to deliver final product portfolio of reports and maps by close of business July 3, 2009.PAST PERFORMANCE: Vendor shall provide references for past performance on similar projects. PRICE:Technical and Past Performance, together, are worth more than price.52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (FEB 2009)An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (a) Definitions. As used in this provision--Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. Forced or indentured child labor" means all work or service-- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except--(1) FSC 5510, Lumber and Related Basic Wood Materials;(2) Federal Supply Group (FSG) 87, Agricultural Supplies;(3) FSG 88, Live Animals;4) FSG 89, Food and Related Consumables;5) FSC 9410, Crude Grades of Plant Materials;(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores;(9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture." Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person conducting the business can demonstrate-(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;(3) Consist of providing goods or services to marginalized populations of Sudan;4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization.(End of Provision). Electronic proposals will be accepted. Point of contact for this acquisition is Richard Garrard, Contracting Officer. No telephone inquiries, please. Email: Richard.garrard@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/SLCVAMC660/SLCVAMC660/VA-259-09-RP-0278/listing.html)
- Place of Performance
- Address: VA Salt Lake City Health Care System;500 Foothill Boulevard (182);Veterans Rural Health Resource Center;Salt Lake City, UT
- Zip Code: 84148
- Country: USA
- Zip Code: 84148
- Record
- SN01814963-F 20090514/090512233037 (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 |