SOURCES SOUGHT
B -- Cost Models for the Redesign of the National Health Interview Survey
- Notice Date
- 6/16/2010
- Notice Type
- Sources Sought
- 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
- 201NHISRedesign
- Archive Date
- 7/15/2010
- Point of Contact
- Natasha Y Rowland, Phone: 770-488-2601
- E-Mail Address
-
hee5@cdc.gov
(hee5@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- The Centers for Disease Control and Prevention (CDC), National Center for Health Statistics (NCHS), Division of Health Interview Statistics is seeking a qualified vendor to conduct research that develops, compares, and contrasts the costs and benefits of potential sample designs for the National Health Interview Survey (NHIS). NHIS is the nation's primary source of general health information for the resident civilian noninstitutionalized population. It is based on a stratified multistage sample design, and data are collected from each family in the survey sample using a face-to-face interview. Under a contractual relationship with NCHS that has existed since 1957, the U.S. Census Bureau plans and collects all NHIS data in accordance with NCHS specifications. NCHS is considering whether to contract with a private-sector survey research firm when implementing the next redesign in 2014. However, NCHS requires the necessary cost models and cost information to assess the feasibility of such a move and to assess the implications of various potential modifications to the NHIS sample design. A solicitation for a firm fixed-price contract will be extended to MOBIS schedule holders. Interested vendors must be MOBIS schedule holders. The work to be completed under this contract is the first step in preparing for the next NHIS redesign, from both a statistical development and an acquisition planning standpoint. Because the successful completion of the tasks under this contract will assist NCHS in acquisition planning, the vendor for this work will not be permitted to submit a proposal for or serve in any role (as principal contractor or subcontractor at any level) on the NHIS data collection contract that may result from this research. The research to be conducted must be completed within six months of contract award. Working collaboratively with NCHS to develop specifications, the vendor will conduct all the necessary activities to produce a series of reports that describe alternative sample designs, address the tradeoffs of each design relative to previous alternatives in terms of the precision of various estimates, and present cost models for each design. The vendor will first model the annual cost for a private-sector survey research firm to complete the NHIS in a manner consistent with the current NHIS design and the scope of work conducted by the Census Bureau. Then, working within three hypothetical data collection budgets, the vendor will: • Modify the current NHIS sample design to more reasonably reflect the capabilities, capacity, facilities, abilities, and limits of private-sector survey research firms; • Develop sample designs and cost models to permit reasonably precise direct state-level estimates on an annual basis for some states and to improve the ability to combine data across years to produce reasonably precise direct state-level estimates for all other states; • Develop sample designs and cost models to include the collection of saliva, buccal swabs, blood spots, height, and weight by lay interviewers or by specialists; • Develop sample designs and cost models that, to the extent possible, jointly and optimally improve state estimates and include biomeasures; • Create sample designs and cost models that improve state estimates, include biomeasures, and can be used as a sampling frame for NHANES. Descriptions of the sample designs shall include all customary elements of a multistage design, including (but not limited to) the sampling frame, its coverage of the population, definition of sampling units, allocation of units across each stage of the design, ultimate cluster sizes for the smallest unit, stratification variables at any stage of the design, number of primary sampling units, and number of interviews. Cost models shall be comprehensive yet sufficiently flexible that NCHS can modify basic parameters (e.g., number of interviews, number of primary sampling units, interviewer wages) and get reasonable cost estimates. General requirements for a successful vendor are: (1) familiarity with the NHIS, (2) knowledge of the statistical, methodological, and operational issues faced by large-scale stratified multistage household surveys, (3) experience developing sample designs for large-scale stratified multistate households surveys, and (4) experience building cost models and estimating the overall and component costs for face-to-face and telephone surveys. All interested parties who are MOBIS schedule holders and who are capable of providing these services are invited to submit information that includes company name, address, contact name and telephone number, company literature, capability statement, experience, current Small Business size status, HUBZone certification from the Small Business Administration (SBA) and any other pertinent data. Responses SHALL NOT exceed 10 pages. All information submitted to CDC will be kept confidential as allowed by relevant federal law, including the Freedom of Information Act (5 USC 552). The Government does not intend to pay for information received and does not intend to provide evaluation results. The knowledge obtained from information submitted will be factored into subsequent procurement set aside determinations and/or solicitation requirements. No award will be made based on this synopsis. The information received will be used in the Contracting Officer's assessment of capable sources. Request for copies of a solicitation and/or telephone calls WILL NOT be honored or acknowledged. No cost or pricing data is requested. Responses submitted in electronic format are preferred, and must be submitted by 3:00 PM EST on Wednesday, June 30, 2010 to Natasha Rowland, Contracting Officer, at email nrowland@cdc.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/201NHISRedesign/listing.html)
- Record
- SN02179206-W 20100618/100616234958-861e48ac9340b14cdd680d43b188f49b (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 |