SPECIAL NOTICE
R -- Annual Population Estimates for Counties and Census Tracts
- Notice Date
- 3/27/2024 12:18:58 PM
- Notice Type
- Special Notice
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH Bethesda MD 20892 US
- ZIP Code
- 20892
- Solicitation Number
- 75N91024Q00074
- Response Due
- 4/10/2024 12:00:00 PM
- Archive Date
- 04/25/2024
- Point of Contact
- SUMMONS, DANA A, Phone: 12402765319
- E-Mail Address
-
dana.summons@nih.gov
(dana.summons@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.0�� �DESCRIPTION The Division of Cancer Control and Population Sciences (DCCPS) plans to procure services, on a sole source basis, from Woods & Poole Economics, Inc., 4910 Massachusetts Ave. NW Ste. 208, Washington D.C. 20016-4368. The response close date of the notice for this requirement is in accordance with FAR 5.203(b). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1)(i); and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 541715 and the small business size standard is 1,000 employees. It has been determined there are no opportunities to acquire green products or services for this procurement. 2.0�� �BACKGROUND The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Division of Cancer Control and Population Sciences (DCCPS), Surveillance Research Program (SRP) has a requirement to obtain annual population estimates for counties and census tracts based on the counts produced by the US Census Bureau every calendar year. These population estimates are necessary for calculation of detailed national estimates of cancer incidence, survival and mortality. The primary functions of the NCI, DCCPS, SRP are to: (1) plan, develop, coordinate, and maintain a comprehensive national program to measure and report periodically on cancer in the United States population, providing accurate, reliable, and detailed national estimates of cancer incidence, survival and mortality and integrates patient data with associated demographic, behavioral and medical data; (2) plan, develop and direct a quality control program which establishes, monitors, and maintains national and international collaboration and liaison with organizations and agencies that promote comparability of cancer information systems; (3) plan and direct surveillance studies that coordinate with other research efforts in the Division, Institute and other Federal agencies; and (4) develop and implement, using statistical modeling and operations research techniques, methodologies to resolve quantitative questions in cancer prevention, control, and surveillance, including analysis of trends, forecasting cancer rates, and development of models for diffusion of cancer control. The Surveillance, Epidemiology, and End Results (SEER) Program is a comprehensive program that the National Cancer Institute (NCI) uses to support cancer surveillance activities. SEER currently collects and publishes cancer incidence and survival data from population-based cancer registries covering approximately 34.6 percent of the U.S. population. SEER is supported by the NCI/DCCPS/SRP. SRP provides national leadership in the science of cancer surveillance as well as analytical tools and methodological expertise in collecting, analyzing, interpreting, and disseminating reliable population-based statistics.� 3.0�� �SCOPE The purpose of this requirement is to obtain annual population estimates for counties and census tracts based on the counts produced by the US Census Bureau. �These specifically-developed estimates will be used to produce cancer statistics and to monitor trends over time by county and census tract characteristics such as age, gender, race, as well as by other population socioeconomic characteristics. �In addition to meeting crucial NCI data needs, these estimates will enable NCI scientists to better assess sociodemographic patterns and disparities in cancer rates. 4.0�� �PURCHASE ORDER REQUIREMENTS 4.1�� �TASKS 4.1.1�� �Data will be delivered via secured file exchange server provided by NCI; 4.1.2�� �The Contractor shall compute and provide Census tract-level populations 2020-2023 in 2020 geographies with 85+ split into 85-89 and 90+ and controlled to postcensal populations; 4.1.3�� �The Contractor shall compute and provide County-level annual populations age 85+ by single year of age, gender, and race (NH and Hispanic White, Black, AIAN, API), 2010 through 2023; 4.1.4�� �The Contractor shall compute and provide State-level Hispanic detail 2010-2023 for age groups through 90+; 4.1.5�� �The Contractor shall compute and provide State-level API detail 2010-2023 for age groups through 90+; and 4.1.6�� �The Contractor shall develop and submit a draft transition-out plan to the COR within 90 calendar days prior to the purchase order�s expiration date. The Contractor shall: 4.1.6.1�� �Include a technical and management transition approach that is clear and complete including the timeline and resources required for transitioning from the incumbent to an incoming Contractor; 4.1.6.2�� �Identify how it will coordinate with the incoming Contractor and/ or Government personnel to transfer knowledge. 4.1.6.3�� �Detail the planned transition methodology in a logical sequence to ensure a smooth transition of all tasks and/or subtasks without interruption or degradation of service levels. The approved, final transition-out plan shall be followed to ensure an orderly, secure, efficient, and expedient transition of all contract activities by the purchase order�s expiration date. 4.2�� �OPTIONAL TASKS 4.2.1�� �Optional Task 1: The Contractor shall compute and provide Census tract-level populations 2010-2020 in 2010 geographies with 85+ split into 85-89 and 90+ and controlled to intercensal estimates (from census). 4.2.2�� �Optional Task 2: The Contractor shall compute and provide Census tract-level populations 2010-2020 in 2020 geographies with 85+ split into 85-89 and 90+ and controlled to intercensal estimates (from census). 4.3�� �PROHIBITION AGAINST PERSONAL SERVICES The Contractor shall not perform personal services under this contract. Contractor personnel are employees of the Contractor or its subcontractors and are under the administrative control and supervision of the Contractor. A Contractor supervisor must give all individual Contractor employee assignments and daily work direction. The Government shall not supervise or direct Contractor employees in the performance of their assignments. If at any time the Contractor believes that any Government action or communication has been given that would create a personal service relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. The Contractor shall not perform any inherently governmental functions under this contract. No Contractor employee shall represent or give the appearance that he or she is a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. The Contractor is responsible for ensuring that all employees assigned to this contract understand and are committed to following the requirements of the Contract. 5.0�� �TYPE OF ORDER This is a firm fixed price purchase order.� 6.0�� �SEVERABLE SERVICES The services specified in each contract line item (CLIN) have been determined to be severable services - services that are continuing and ongoing in nature for which benefit is received each time the service is rendered. 7.0�� �PERIOD OF PERFORMANCE The period of performance shall be twelve (12) months from award of the purchase order. 8.0�� �PLACE OF PERFORMANCE All work shall be performed at the Contractor�s facility.� 9.0�� �REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE All written deliverables shall be sent electronically to the NCI Technical Point of Contact (TPOC), TBD at award, in a Microsoft-compatible format, such as Microsoft Excel or text file unless approved by the TPOC in accordance with the deliverable schedule below. The TPOC shall review the contents of all draft deliverables. If no comments or requests for revisions are provided to the Contractor within 30 business days, the deliverables shall be considered acceptable. If revisions are required, NCI shall respond to the Contractor within five (5) business days of receiving the deliverable, specifying the required changes/revisions. Final copies of approved drafts shall be delivered to the NCI TPOC within five (5) business days after receipt of the Government�s comments. DELIVERABLE �� �DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTS�� �DUE DATE Task 4.1.2 and 4.1.3�� �All Population Data shall be in Excel Format and uploaded on the secure exchange server provided by NCI.�� � Within eleven (11) months after award Task 4.1.4 and 4.1.5 �� �All Population Data shall be in Excel Format and uploaded on the secure exchange server provided by NCI.�� �Within eleven (11) months after award Task 4.1.6�� �This task will be delivered in Word Document format and send to the COR.�� �90 dates prior to the exparaton of the purchase order Optional Tasks 4.2.1 and 4.2.2�� �All Population Data shall be in Excel Format and uploaded on the secure exchange server provided by NCI.�� �Within eleven (11) months after award 10.0�� �INSPECTION AND ACCEPTANCE CRITERIA Pursuant to FAR clause 52.212-4, all work described in the SOW to be delivered under this contract is subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the NCI TPOC, TBD, who is responsible for inspection and acceptance of all services, materials, or supplies to be provided by the Contractor. Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use information and communication technology (ICT), it shall be accessible to people with disabilities. Federal employees and members of the public who have disabilities must have access to, and use of, information and data that is comparable to people without disabilities. Remediation of any materials that do not comply with the applicable Section 508 requirements as set forth below, shall be the responsibility of the Contractor. Products, platforms and services delivered as part of this work statement that are ICT, or contain ICT, must conform to the Revised 508 Standards, which are located at 36 C.F.R. � 1194.1 & Apps. A, C & D, and available at https://www.access-board.gov/guidelines-and- standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards- and-guidelines Per Section 508 and as mandated under HHS Policy for Section 508 Compliance and Accessibility of Information and Communications Technology (ICT) (07/2020) all documents or electronic files provided to the NIH NCI under contract must be conformant with Section 508 standards and accessible to persons with disabilities. �Conformance shall be confirmed by use of material provided at HHS OS Factsheets & Reference Guides and verified through the use of the HHS Checklist Documents (WCAG 2.0 Refresh); in addition, contractors and vendors are encouraged to make use of the instructional materials and checklists at GSA Section 508.gov�s Create Accessible Digital Products. 11.0�� �UNIQUE QUALIFICATIONS OF THE CONTRACTOR This year presents a challenge to the timely production of population estimates described in the current requirement. The delivery of US Census Bureau�s intercensal population estimates (yearly population estimates 2010-2020), has been postponed again this year to Septemeber of 2024. These estimates are necessary for the production of the deliverables described in the current requirement. The timeline for the delivery is very tight because NCI needs the estimates from the current requirement no later than of February of 2025 to assure the release of updated cancer statistics in April of 2025.� Given the short timeline for data delivery, Woods & Poole Economics is uniquely positioned to assure speedy production and delivery of custom population estimates described in the current requirement in the period between the end of September 2024 and February 2025 because their expertise in the �hybrid methodology� and computational codes ready to be implemented with the latest Census data as soon as SRP receives them from Census. While it is possible that other vendors can generate population estimates described in the SOW, to be considered, the alternative vendors would first need to demonstrate the following: 1) Ability to produce detailed population component time series data for small geographical areas that is consistent across racial/ethnic definition changes, geographic boundary changes, and decennial Census. 2) The estimates would have to be statistically comparable to the estimates generated for NCI by Woods and Poole over the past two decades. 3) The estimates would have to be produced in four months. It is not expected that other vendors would be able to create the quality data needed within the time period allotted. The distribution of inadequate data would negatively impact numerous projects, both those housed within the NCI and national ones that rely on the public data published by the NCI. 12.0�� �SUBMISSION INSTRUCTIONS This notice is not a request for competitive quotations. However, if any interested party believes it can meet the above requirements, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. �All responses and questions must be sent via email to the Contract Specialist, Dana Summons, at dana.summons@nih.gov by no later than 3:00 PM EST on April 10, 2024, (4/10/24). A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, Contractors must be registered and have valid certification through SAM.gov. Reference: 75N91024Q00074 on all correspondence.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9e16c7650fb3486580fcd9fa195244fa/view)
- Record
- SN07010384-F 20240329/240327230039 (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 |