SOURCES SOUGHT
A -- Healthcare Epidemiology and Infection Control
- Notice Date
- 1/21/2011
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- 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
- 2011-00121
- Archive Date
- 2/22/2011
- Point of Contact
- Maria S Shamburger,
- E-Mail Address
-
HEG9@cdc.gov
(HEG9@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- SHEPheRD Program Healthcare Epidemiology and Infection Control Research IDIQ Synopsis for Sources Sought Introduction This is not a solicitation for proposals, proposal abstracts, or quotations. This is a sources sought notice from the Centers for Disease Control and Prevention (CDC), National Center for Emerging Zoonotic and Infectious Diseases (NCEZID), Division of Healthcare Quality Promotion (DHQP). Background Healthcare-associated infections (HAIs) and other adverse events continue to cause significant morbidity and mortality among patients treated in healthcare institutions and add billions of dollars to healthcare costs in the United States. Recent advances in the understanding of the preventability of certain HAIs have been gained through improved implementation of existing recommendations for prevention practice in healthcare settings. However, additional research is needed to develop and evaluate novel HAI prevention strategies, as well as increase understanding of how to further improve implementation of existing prevention recommendations. Purpose/Objective CDC/DHQP is considering acquisition of services in conducting and promoting Healthcare Epidemiology and Infection Control research for the direct benefit or use of DHQP under an IDIQ contract mechanism. Task orders issued under the proposed contract would fall within four domains: 1) Research Development, 2) Research Implementation, 3) Evaluation, and 4) Project Support Services. Minimum Technical Requirements Domain One: HAI Prevention Research Development 1) Contractors will have healthcare epidemiology and/or Infection control expertise. 2) Contractors will provide services related to research design and planning (including but not limited to study design, protocol development, database development, statistical support, literature review and analysis, informatics, data management and analysis, policy analysis and assessment, formative activities, providing scientific and technical support, preparation of IRB and OMB packages, and multi-site activities. Services included: a) Research design and planning b) Protocol development c) Database development Doman Two: HAI Prevention Research Implementation 1) Contractors will have Centralized Institutional Review Board (IRB) capacity for conducting human subjects reviews for both single and multicenter studies. Contractors should also have Infection control expertise, access to patient care facilities and access to an integrated healthcare delivery system. 2) Contractors will provide services related to implementing single- and multi-center HAI prevention research studies in clinical settings including but not limited to clinical or epidemiologic studies that inform HAI prevention strategy and studies that determine the efficacy or effectiveness of specific HAI prevention strategies. Contractors should have direct access to large, multicenter networks of healthcare facilities, preferably those that are owned and operated by a common entity, and/or those that have common information technology infrastructures within which clinical data generated during the course of patient care across multiple facilities is collected and stored using common data format and structure, and is accessible through a central point of contact within the network. Contractors should demonstrate the ability to recruit healthcare facilities and patients within the network to participate in HAI prevention research, including assessing the impact of infection control interventions. Contractors will prepare and submit IRB and OMB packages, and oversee all aspects of implementation of clinical research studies pertaining to prevention of HAIs. Services included: a) Access to large networks of healthcare facilities, preferably those that are owned and operated by a common entity, and those that have common information technology infrastructure, and in which clinical data are submitted and stored in a central location b) Ability to recruit healthcare facilities and patients within the network to participate in HAI prevention research, including assessing the impact of infection control interventions c) Access to clinical data ( including administrative from large numbers of healthcare institutions that collect data in a standardized fashion d) Replication studies e) Product and material development Domain Three: Evaluation 1) Contractors will have internal capacity for Office of Management and Budget (OMB) package development and submissions. Contractors will have public health and or Infection control evaluation expertise. 2) Contractors will provide services related to assessments or evaluation studies focus on current programs and defined issues or problems; program management processes, procedures or intervention techniques; and may be distinctly oriented toward program management. The intended uses include providing information for internal decision making on budgetary (including cost effectiveness and cost benefit analysis), legislative, programmatic and research issues. Program assessments may identify "best practices or successful strategies" in a number of program areas; produce preliminary data on program performance, efficiency and effectiveness; and recommend options for program change or full-scale program evaluation. Services included: a) Background Analyzes and Syntheses b) Formative Research c) Materials/Methods Pre-testing and/or Efficacy Evaluations d) Process Evaluations Outcome and/or Impact Evaluation Domain Four: Project Support Services 1) Contractors will have public health or healthcare and epidemiology Infection control expertise. 2) It is anticipated that this domain may be set aside for small businesses. 3) Contractors will provide services to assist in planning, managing, and executing projects of a limited duration. Services may include site selection activities, registration activities, on-site meeting/conference activities, arrangements for on-site support equipment, content development, facilitator services, recording/editing services, travel services for non-federal participants, as well as other related tasks described in individual task order Statements of Work. The Contractor will also provide consultation and technical assistance to DHQP in selected topics of interest related to Healthcare Epidemiology and Infection Control research. DHQP is frequently required to make policy, programmatic, administrative, and budgetary decisions relative to program activities in a timely manner. The efficiency of decision making will be greatly promoted by the ability to access expert consultation and technical assistance in a wide variety of topics. Services included: a) Planning and Development of Workshops, Conferences and Other Presentations b) Consultation and Technical Assistance Period of Performance The period of performance shall be up to 60 months from the contract award date. Each task order will specify individual delivery requirements. Capability Statement Vendors should explain in detail, their experience, knowledge and ability under each domain they seek to compete. Provide your capability to meet the requirement in terms of the following: 1. Staff expertise, including their availability, experience, and formal or other training 2. Current in-house capability and capacity to perform the work 3. Prior completed projects of similar nature 4. Experience and management capability 5. Examples of prior completed Government contracts, references and other related information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2011-00121/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02364120-W 20110123/110121233824-e8e5361483aacc63131932fa51e62941 (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 |