SOLICITATION NOTICE
Q -- Solicitation - World Trade Center Health Program - Survivor Clinical Center of Excellence
- Notice Date
- 4/22/2025 11:53:51 AM
- Notice Type
- Solicitation
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
- ZIP Code
- 30333
- Solicitation Number
- CDC-75D301-01-Solicitation-WTCHP
- Response Due
- 5/5/2025 1:00:00 PM
- Archive Date
- 05/20/2025
- Point of Contact
- Serina Allingham, Phone: 17704484602, Patrick Winders, Phone: 7704882669
- E-Mail Address
-
xog9@cdc.gov, vxx6@cdc.gov
(xog9@cdc.gov, vxx6@cdc.gov)
- Description
- AMENDMENT 0003 SECTION A � SUPPLEMENTAL INFORMATION Amendment 0003 to Solicitation 75D301-25-R-00088 is hereby by issued for the following: 1. Provide Government responses to vendor submitted solicitation questions. The Government responses are provided via Attachment �ATTJ108 � Solicitation Q&As,� which is hereby incorporated into the solicitation by reference. 2. Provide a revised Attachment (ATTJ104) � Business Proposal Format. ATTJ104 was revised as follows: Add a Performance Work Statement Paragraph Number column to the Other Direct Costs and Materials and Equipment tabs. Add/clarify a transition-out column/instructions throughout the attachment, as applicable. The revised ATTJ104 is titled as �ATTJ104_04152024.� 3. Provide a revised Attachment (ATTJ102) Cross Reference Matrix. All tasks should be mapped to either CLIN X001 or X002 for each performance period. The template assumes that each task will be mapped to the same CLIN across all option years. The ATTJ102 is titled as �ATTJ102_SurvivorCCE_CRM 04152025.� 4. Reference is to ATTJ101_SurvivorVolume Data. The acronyms CM and ICM stand for Case Management and Intensive Case Management, respectively. 5. Revise Section L as follows: Add the Centers for Disease Control and Prevention Fiscal Year 2026 small business prime contracting goals to Paragraph L.7 Subcontracting Plan. Add language to Paragraph L.8.1 Volume I � Technical Proposal Instructions to clarify the page limits for appendices, tables of contents, glossaries/acronym lists, and cover pages. Add language to Paragraph L.8.1 Volume I � Technical Proposal Instructions to clarify the page limits for the Operations Manual Summary requirement. Revise item D. Transition-In/Transition-Out Plan of Factor 1: Technical Evaluation as follows: �D. Transition-In/Transition-Out Plan: The transition-in/transition-out plan will be evaluated according to the soundness, practicality, and feasibility of the Offeror�s Transition In/Out Plan for this requirement. The soundness will be evaluated based on an approach that ensures successful achievement while limiting impact to the existing program. The Offeror shall provide a Transition Plan for the transition-in and transition-out phases of this contract. The plan shall include a technical and management transition approach that is clear and complete including the timeline and resources required for the transition. The Transition Plan shall detail the planned transition methodology in logical sequence to ensure a smooth transition of all tasks/subtasks of the PWS without interruption or degradation of service levels. The plan shall include an approach that ensures the successful achievement while limiting impact to existing programs/projects. The plan shall also include a complete description of risks (cost, technical and performance to both the Offeror and the Government), issues, and risk mitigation strategies. Offerors shall also include all transition costs within their cost proposal. Please note that the continuity of services FAR clause 52.237-3, Continuity of Services is applicable incorporated into the solicitation and is not to be considered when should be considered in developing your transition-out plan. The Government anticipates transition would occur during the final year of performance (Option Period 4).� A revised Section L titled, �Section L � Instructions to Offerors, revised thru AMD 0003� is hereby incorporated into the solicitation. 6. Revise Section M as follows: Revise item D. Transition-In/Transition-Out Plan of Factor 1: Technical Evaluation as follows: �D. Transition-In/Transition-Out Plan: The transition-in/transition-out plan will be evaluated according to the soundness, practicality, and feasibility of the Offeror�s Transition In/Out Plan for this requirement. The soundness will be evaluated based on an approach that ensures successful achievement while limiting impact to the existing program. The Offeror shall provide a Transition Plan for the transition-in and transition-out phases of this contract. The plan shall include a technical and management transition approach that is clear and complete including the timeline and resources required for the transition. The Transition Plan shall detail the planned transition methodology in logical sequence to ensure a smooth transition of all tasks/subtasks of the PWS without interruption or degradation of service levels. The plan shall include an approach that ensures the successful achievement while limiting impact to existing programs/projects. The plan shall also include a complete description of risks (cost, technical and performance to both the Offeror and the Government), issues, and risk mitigation strategies. Offerors shall also include all transition costs within their cost proposal. Please note that the continuity of services FAR clause 52.237-3, Continuity of Services is applicable incorporated into the solicitation and is not to be considered when should be considered in developing your transition-out plan. The Government anticipates transition would occur during the final year of performance (Option Period 4).� A revised Section M titled, �Section M- Evaluation Factors for Award, revised thru AMD 0003� is hereby incorporated into the solicitation. END OF AMENDMENT 0003 TO SOLICITATION 75D301-25-R-00088 AMENDMENT 0002 The purpose of Amendment 0002 is to provide Attachment 107 (ATTJ107) - Question and Answer Template. All other terms and provisions of the solicitation remain unchanged. AMENDMENT 0001 The purpose of Amendment 0001 to CDC Solicitation 75D301-25-R-00088 is to update the Government POCs throughout the solicitation. Please refer to the provided SF 33, ""Amendment 0001 to Solicitation 75D301-25-R-00088"" and attached ""Section L - Instructions to Offerors_Revised thru Amendment 0001"" for further details. All other terms and provisions of the solicitation remain unchanged. ORIGINAL SOLICITATION POST The Centers for Disease Control and Prevention, Office of Acquisition Services hereby issues Solicitation 75D301-25-R-00088 on behalf of the National Institute for Occupational Safety and Health (NIOSH) / World Trade Center Health Program (WTCHP) to procure services to provide a Survivor Clinical Center of Excellence (CCE) for the provision of healthcare services, such as health monitoring, diagnosis, and treatment to current and future eligible Survivors of the September 11, 2001 (9/11) terrorist attacks that reside in the New York Metropolitan Area (NYMA). The solicitation, Section C - Performance Work Statement (PWS), Section L - Instructions to Offerors, and Section M - Evaluation Factors for Award are being provided as attachments to this notice. Also, PWS/solicitation attachments 01 - 022, and attachments J104, J101, J103, J105, J106, and J107 as referenced in Section J and the PWS of the solicitation are being provided as separate attachments to this notice. Should you encounter any issues with accessing any documents of the solicitation or discover any major errors prior to the solicitation questions submittal date of Friday, April 11, 2025, please immediately send an email to both of the following POCs: Serina Allingham, Contract Specialist, at xog9@cdc.gov Patrick Winders, Contracting Officer, at vxx6@cdc.gov Thank you for your interest in this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/90c65794a6694becb2ab2fe05de86ae2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07416892-F 20250424/250422230041 (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 |