SPECIAL NOTICE
R -- Practice and Promotion of evidence-based occupational public health
- Notice Date
- 4/29/2011
- Notice Type
- Special Notice
- NAICS
- 813920
— Professional Organizations
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
- ZIP Code
- 15236-0070
- Solicitation Number
- HHS-CDC-NIOSH(FB)-SN-SBSS-11-002
- Archive Date
- 6/30/2011
- Point of Contact
- Florence P Black,
- E-Mail Address
-
fpblack@cdc.gov
(fpblack@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO NEGOTIATE A CONTRACT and SMALL BUSINESS SOURCES SOUGHT. The Centers for Disease Control and Prevention (CDC), National Institute for Occupational Safety and Health (NIOSH), intends to negotiate a contract with the Associates of Occupational and Environmental Clinics (AOEC), 1010 Vermont Avenue NW, Washington DC 20005. The purpose of this contract is to enhance the evidence-base of occupational public health practice and surveillance through documentation of clinical cases of occupational disease and injury (using the surveillance data from the AOCE network database), documentation of exposures associated with disease and injury, which includes maintaining and regularly updating an Exposure Code List available to clinicians, and provide documentation which demonstrates the utilization and demand for occupational health services and consultation. In addition, the contractor will organize at least four regional workshops that will provide NIOSH with insight as to the use of health information technology (HIT) in modern occupational health practice. The following are possible deliverables which may be required under the contract: Produce a draft outline of how quality assurance performance goals specified by NIOSH for the member clinic network surveillance database will be reached; Produce a summary report documenting the baseline quality assurance status of the network surveillance database over the past five years. The report will include: number of U.S. member clinics reporting data, volume of cases by U.S. reporting clinic, and proportion/percentage of completion of each items/field in the AOEC database form by U.S. reporting clinics. The report should address reasons for non-participation by U.S. member clinics, the current efforts and future plans to improve participation by U.S. member clinics as well as steps that will be taken to reach quality assurance performance goals as specified by NIOSH; A report of the Exposure Code List which includes a spreadsheet of the Exposure Codes, documentation of all changes in code or name, i.e., requests for new Exposure Codes and source of requests, additions to the Exposure Code List with assigned Code, deletions from the Exposure Code list, any changes in assigned Code of existing Exposures on the list; Provide a list of organizations using the Exposure Code List for the period 2005 through 2010 which specifies how the List is being utilized and applied; Produce a draft Standard Operating Procedure manual for the Exposure Code List; and Provide a report which lists outreach activities conducted by each AOEC member clinic located in the U.S. in 2010. In accordance with FAR 6.302-1(a), AOEC is the only known organization which can provide the unique expertise and resources necessary to efficiently and effectively perform this work. This project is supported by justification for other than full and open competition to AOEC under authority of 41 U.S.C.253(c)(1). Responsible sources that believe they possess the expertise and capabilities identified above are hereby afforded the opportunity to submit their written capabilities statement and/or pricing information in the format they choose, not to exceed ten (10) pages. Submit information to Florence P. Black, Contract Specialist, CDC, NIOSH, 626 Cochrans Mill Road, Pittsburgh PA 15236, Reference: HHS-CDC-NIOSH(FB)-SN-SBSS-11-002. Responses are due no later than 3:00pm, May 20, 2010 Eastern Time. Email responses are acceptable and must be addressed to fpblack@cdc.gov. All vendors must be registered in the Central Contractor Registry (CCR) prior to an award of a federal contract. The website is: www.ccr.gov. This is not a Request for Proposals; however, the Government will review any/all product, capabilities, and pricing information submitted and determine if other qualified sources do exist that could provide this requirement. Information received in response will be used solely for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 15 days, in accordance with FAR 6.302-1, negotiations will be conducted with AOEC as the only source. This notice is also a Small Business Sources Sought (SBSS) notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of the SBSS notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBzone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the NAICS code 813920 for the potential acquisition. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to the small business sources sought portion of this notice. The anticipated period of performance is approximately 5 years. Respondents who believe that they possess the expertise and experience to meet the government's needs in the description above are invited to submit technical and management capabilities addressing those requirements. These may include but are not limited to: (a) staff expertise, including staff availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Respondent must indicate in your capability statement: - Organization name, - Address, - DUNS number, - Business size Classification (e.g., 8(a), HUBzone, etc) pursuant to the applicable NAICS code of 813920 size standard which is $14 million. - Points of contact, - Email, - Telephone number. Submit information above to Florence P. Black, Contract Specialist, CDC, NIOSH, 626 Cochrans Mill Road, Pittsburgh PA 15236, and Reference: HHS-CDC-NIOSH(FB)-SN-SBSS-11-002. Responses are due no later than 3:00pm, May 20, 2010 Eastern Time. Email responses are acceptable and must be addressed to fpblack@cdc.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response to this notice. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Any information received by the government will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/HHS-CDC-NIOSH(FB)-SN-SBSS-11-002/listing.html)
- Place of Performance
- Address: Not specified, United States
- Record
- SN02436927-W 20110501/110429234736-4bdf0996796c4fab1dd3dd4a8f48a317 (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 |