Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2015 FBO #4933
MODIFICATION

R -- Diabetes Program Services Support

Notice Date
5/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
15-236-SS-00022
 
Archive Date
6/20/2015
 
Point of Contact
Vito Pietanza, , Stephen J. Yuter,
 
E-Mail Address
vito.pietanza@ihs.gov, stephen.yuter@ihs.gov
(vito.pietanza@ihs.gov, stephen.yuter@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
*This is a SOURCES SOUGHT NOTICE ONLY* INTRODUCTION: The Division of Acquisition Policy (DAP) at the Department of Health and Human Services (HHS), Indian Health Service (IHS) wants to identify viable small businesses and American Indian/Alaska Native (AI/AN) owned businesses that can provide the IHS Division of Diabetes Treatment and Prevention (DDTP) a broad range of experts and professional staff to conduct essential and ongoing programmatic work related to: 1) the organization and successful operations of the DDTP national network and DDTP meetings and workgroups; 2) coordination, review, and evaluation of AI/AN clinical and public health programs; 3) translation of diabetes research to information and resources for clinical practice; 4) dissemination of evidence based information and resources; and 5) project management services. While these functions are critical to the success of DDTP programs, they are not inherently federal functions. This is a Small Business and AI/AN owned Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this 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; (3) AI/AN owned businesses; and (4) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. BACKGROUND: The mission of the Indian Health Service (IHS), Division of Diabetes Treatment and Prevention (DDTP) is to develop, document, and sustain a public health effort to prevent and control diabetes and related chronic diseases in America Indian and Alaska Native (AI/AN) people and communities. The DDTP employs collaborative strategies in the 12 IHS Areas through coordination of a network of Area Diabetes Consultants, and approximately 500 Special Diabetes Program for Indians (SDPI) grant programs. In addition, the DDTP is the primary point of contact for inter-agency as well as intra-agency communication on the prevention and treatment of diabetes and related chronic diseases in AI/AN communities. The SDPI program was initially established and authorized by Congress through the Balanced Budget Act of 1997. It has since been augmented and reauthorized, extending it through 2015. Currently funded at $150 million per year, DDTP has only two permanent professional federal employees to administer all of the SDPI grant programs, including coordinating and implementing the entire competitive grant application process for FY 2016. As a result of this shortage in federal staffing, as well as the necessity of continuing work on this and other mission critical national projects, including the First Lady's "Let's Move! In Indian Country" (LMIC) initiative, the DDTP is in need of a cadre of professionals with experience in working with AI/AN communities to provide expertise in biostatistics, medical review, data analysis, communications, medical nutrition therapy, program review and evaluation, federal grants management, web site development and design, project management, and writing and editing. This contract will support IHS DDTP program activities and initiatives by providing professional expertise and management of the tasks that will be detailed in the scope of work. It will require as many as 20 to 30 specialists that can provide services for varying amounts of time throughout the year. The quality, quantity, and timeliness of performed services will make a significant impact on the DDTP mission and overall program performance and will ultimately affect key stakeholders that include IHS leadership and IHS/Tribal/Urban (I/T/U) healthcare programs nationwide. This contract will be for five periods, a base period and four option periods. The contract type is intended to be a Firm-Fixed price. The Dissemination of Information and Resources tasks are focused on continued development and utilization of the IHS DDTP website as the primary platform for dissemination of information and resources for clinical staff and SDPI grantees. This also includes continued provision of virtual trainings (DDTP, Audit, SDPI Grant, LMIC, and Clinical) as a key venue for dissemination of information and resources for clinical staff and SDPI grantees. At present, services are being provided under a current IHS contract. A new contract needs to be in place by the current contract expiration date with staff that has the professional expertise and experience needed to immediately provide the necessary services. This will ensure absolute continuity and avoid disruption of services to the SDPI grant programs throughout the nation along with critical projects that are already underway. RESPONSE INFORMATION: AMERICAN INDIAN/ALASKA NATIVE, HUB ZONE SMALL BUSINESSES, 8(A) FIRMS AND SMALL BUSINESS FIRMS ARE STRONGLY ENCOURAGED TO SUBMIT CAPABILITY STATEMENTS. THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM'S CAPABILITY AND EXPERIENCE IN COORDINATING AND LEADING DDTP NATIONAL PROJECTS, MEETINGS, AND WORKGROUPS; COORDINATION, PROGRAMMATIC REVIEW, AND EVALATION OF AI/AN CLINICAL AND PUBLIC HEALTH PROGRAMS; TRANSLATING DIABETES RESEARCH INTO RESOURCES FOR CLINICAL PARTICE AND GRANT PROGRAMS/COMMUNITIES; DISSEMINATION OF INFORMATION AND RESOURCES; AND PROJECT MANAGEMENT EXPERTISE. INSTRUCTIONS TO INDUSTRY: Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. The Government requests interested parties submit a written response to this notice which includes: 1. Company name and a brief description of their company's business size (i.e. annual revenues and employee size); 2. Company point of contact, mailing address, telephone and fax numbers, DUNS number, and website address; 3. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with Government representatives; 4. Business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, American Indian/Alaska Native owned business, etc.). Type of company is validated via the System for Award Management (SAM). All respondents must be registered on SAM located at https://www.sam.gov 5. Description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners; 6. Anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor-protege relationship, etc.); 7. Applicable GSA Schedule number or other available procurement vehicle; 8. Date Submitted. Responses must be submitted not later than Friday, June 5, 2015, 1:00 P.M. (EST). Capability Statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is three (3) pages (excluding cover page). Capability statements should be e-mailed directly to the Primary Point of Contact (POC) listed below. SUBMISSIONS WILL ONLY BE ACCEPTED VIA ELECTRONIC MAIL. * TELEPHONE CALLS WILL NOT BE ACCEPTED. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information or otherwise pay for the information provided in response. 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 on a government GPE. 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). Primary POC : Vito Pietanza, Contract Specialist Division of Acquisition Policy/Indian Health Service Department of Health & Human Services vito.pietanza@ihs.gov Secondary POC : Stephen J. Yuter, Director Division of Acquisition Policy/Indian Health Service Department of Health & Human Services stephen.yuter@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/15-236-SS-00022/listing.html)
 
Place of Performance
Address: The main agency office (Indian Health Service) is located in:, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN03742389-W 20150528/150526234910-fc4aea36bec0544c55916ed94fbd7e95 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.