SOURCES SOUGHT
A -- MSM Testing Study
- Notice Date
- 5/31/2011
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except 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-N-13482
- Archive Date
- 6/30/2011
- Point of Contact
- Sharon R Cunningham, Phone: 770-488-2871, Julio E Lopez, Phone: 770-488-2892
- E-Mail Address
-
cux0@cdc.gov, ftg4@cdc.gov
(cux0@cdc.gov, ftg4@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), REQUEST FOR QUOTES (RFQ), REQUEST FOR APPLICATION (RFA) OR AN ANNOUNCEMNT OF A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT OR PROCEED WITH ANY OF THE ABOVE SOLICITATIONS IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES. Based on capability statements received from SMALL BUSINESSES ONLY from this announcement, this acquisition may be solicited as a 100% Small Business Set-Aside in accordance with FAR 19.502. The NAICS Code for this procurment is 541712, and the small business size stadard is 500 employees. All Small Business Concerns are encouraged to respond to this notice. The Center for Disease Control and Prevention has a need to establish and implement an HIV Testing Program to identify at least 2,500 HIV-infected predominantly racial/ethnic minority MSM who were previously unaware of their infection. At least 85%, or 2125, HIV-infected MSM identified with newly identified infection shall be linked into HIV medical care through existing local linkage services. Because of the disproportionate impact of HIV on Hispanic/Latino and African American MSM, this study requires a particular focus on African American and Hispanic/Latino MSM. The Contractor shall document strategies and activities for reaching MSM at high risk for HIV infection and report on best practices for scaling up HIV testing and linkage to care for minority MSM. At a minimum, the report shall detail logistical considerations (e.g., how and where tests and linkage to care was conducted) and outline specific associated costs for both testing and linkage. The report shall include documentation in the following areas: • Geographic locations across the country and within cities • Venue or any physical location where HIV testing is done such as special events, clinics, bars, or retail businesses • Recruitment strategy or approach used to provide information about HIV testing and linkage to care at any given venue, for example: o Peers, networks, respondent driven sampling o Outreach o Partner services o Internet-based o Social marketing, advertising • HIV test types used and how confirmatory results were provided • Linking newly diagnosed men to HIV medical care within 3 months of testing and means used to document date of enrollment in medical care at a healthcare facility • HIV tests, new HIV diagnoses, and number linked to care, and a cost benefit analysis comparing each testing and linkage to care strategy within each site. • Partnerships, collaborative efforts, or contractual relationships used The period of performance shall be for three years. Interested organizations should submit their capability statements via email by 2:00 P.M., EST on June 15, 2011, to the Contracting Office at the following e-mail address: Scunningham1@cdc.gov. Any questions must be submitted to the Contracting Office in writing to the email address listed. Capability statements will not be accepted after the due date. Page Limit is 25 pages. No facsimile transmissions will be accepted. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED IN THE STATEMENT OF WORK. Capability statements must also include the following information: company name, address, point of contact, phone/fax/email, and business size and status (e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business). THIS IS NOT A REQUEST FOR PROPOSAL AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT NOW OR IN THE FUTURE NOR OTHERWISE PAY FOR PREPARING ANY INFORMATION SENT OR THE GOVERNMENTS USE OF THE INFORMATION. Any proprietary information should be so marked. No solicitation is available at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2011-N-13482/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN02460528-W 20110602/110531234651-b1ce0d22509faa632ec9c9809c702a7a (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 |