Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
SOURCES SOUGHT

70 -- Clinical Data on Residents of Long-Term Care Facilities (LTCF) to Support Center for Disease Control (CDC) Programs and Emergency Response

Notice Date
2/29/2024 12:10:36 PM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
PR83622
 
Response Due
3/14/2024 12:00:00 PM
 
Archive Date
03/29/2024
 
Point of Contact
Chrissy Wheeler, Phone: 4044985707
 
E-Mail Address
xro5@cdc.gov
(xro5@cdc.gov)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR Clinical Data on Residents of Long-Term Care Facilities (LTCF) to Support Center for Disease Control (CDC) Programs and Emergency Response INTRODUCTION: The CDC is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Clinical Data on Residents of LTCF to Support CDC Programs and Emergency Response. The intent is to procure this requirement on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE: Location % On-Site Government % Off-Site Contractor Contractor Offsite Facility 0% 100% NO TRAVEL REQUIRED to perform any of the tasks. � DISCLAIMER: THIS SOURCES SOUGHT HAS BEEN CROSS POSTED TO CAST A WIDE AREA MARKET RESEARCH NET FOR THE CDC IN DETERMINING THE BEST ACQUISITION STRATEGY FOR THE GOVERNMENT. IF YOUR COMPANY HAS A CONTRACT WITH A BEST IN CLASS (BIC) INFORMATION TECHNOLOGY (IT) VEHICLE, PLEASE PROVIDE YOUR BIC CONTRACT NUMBER AND VECHICLE OF THE CONTRACT IN YOUR RESPONSE. �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND: The Clinical Data on Residents of LTCF to Support CDC Programs and Emergency Response is designated to provide timely, analysis-ready, record-level anonymized, longitudinal, comprehensive, person-level clinical data for residents of LTCFs as well as facility-level characteristics and weights from Contractor. These data(s) will be used by CDC personnel to address public health priorities that focus on this unique and vulnerable population. The data will allow CDC personnel to conduct complex analyses on disease patterns, progression, and health outcomes; evaluate clinical guidelines uptake, treatments, and interventions; conduct public health surveillance; and provide timely insights during public health emergencies. In accordance with the tasks outlined in the Statement of Work (SOW)/ Performance Work Statement (PWS) the Contractor, shall provide the necessary license (as noted in the applicable FAR clauses), supporting documentation, metadata, training, and technical assistance to support agency-wide access to their data for use by CDC personnel, as provided to perform this contract. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; 4) provide services under a performance-based service acquisition contract; AND 5) past performance of services under the NAICS. SPECIAL REQUIREMENTS: Section 508 compliance EO 14005 compliance EO 13556 compliance ELIGIBILITY: The applicable NAICS code for this requirement is 513210- Software Publishing with a Small Business Size Standard of $47M. The Product Service Code is 7A21- IT and Telecom- Business Application Software (Perpetual License Software). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): A draft SOW/ PWS statement is attached for review (Attachment 1). Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 3 pm, EST, 14 March 2024. All responses under this Sources Sought Notice must be e-mailed to Elizabeth C. Wheeler, xro5@cdc.gov Your response must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) The contract type is anticipated to be Firm- Fixed- Price (FFP). If you believe this contract type may not be feasible, please provide an alternative contract type along a justification for your recommendation. 6.) If you believe the NAICS code stated may not be practicable, kindly provide an alternative NAICS along with your rationale in your response to this notice. 7.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 8.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 9.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. The estimated period of performance consists of three years, i.e., base year plus 2 option periods, etc.) with performance commencing in August 2024. Specifics regarding the number of option periods are in the PWS and will be provided in the solicitation. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Elizabeth C. Wheeler in either Microsoft Word or Portable Document Format (PDF), via email at xro5@cdc.gov. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contract Specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise because of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d18e01dc81e41a5bf60aac964d67a5d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06982512-F 20240302/240229230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.