CDC/NCHS - Gaining NHANES Respondent Cooperation

SOL #: 75D301-19-Q-69740Combined Synopsis/Solicitation

Overview

Buyer

Buyer not available

Place of Performance

HYATTSVILLE, MD

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

Support Svcs (Prof, Admin, Mgmt) (R)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 11, 2019
2
Submission Deadline
Mar 7, 2019, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.
The solicitation number for this requirement is 75D301-19-Q-69740 and is hereby issued as a Request for Proposal (RFP).
This is a new requirement.  Therefore, there is no incumbent vendor. 
The Centers for Disease Control and Prevention intends to award a Firm Fixed Price as a total Small Business Set Aside.
For the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information including a list of line item number(s) and items, quantities, units of measure, and options, if applicable:
Project Period of Performance (PoP) April 01, 2019 - March 31, 2020
ITEM SUPPLIES / SERVICES QTY / UNIT UNIT PRICE EXTENDED PRICE
0001 Literature Review: F2F HH Surveys
Firm Fixed Price Line Item
PoP: 60 days To be filled out by vendor To be filled out by vendor To be filled out by vendor. In proposal please include itemization of costs.
0002 Literature Review: Changing Attitudes
Firm Fixed Price Line Item
PoP: 60 days To be filled out by vendor To be filled out by vendor To be filled out by vendor. In proposal please include itemization of costs.
0003 Evaluation of NHANES Protocol
Firm Fixed Price Line Item
PoP: 90 days To be filled out by vendor To be filled out by vendor To be filled out by vendor. In proposal please include itemization of costs.
0004 Identify Behavioral Barriers
Firm Fixed Price Line Item
PoP: 180 days To be filled out by vendor To be filled out by vendor To be filled out by vendor. In proposal please include itemization of costs.
0005 Identify Best Practices
Firm Fixed Price Line Item
PoP: 90 days To be filled out by vendor To be filled out by vendor To be filled out by vendor. In proposal please include itemization of costs.
0006 Interview and observe NHANES field staff
Firm Fixed Price Line Item
PoP: 180 days To be filled out by vendor To be filled out by vendor To be filled out by vendor. In proposal please include itemization of costs.
0007 Project Management: Kick-Off Meeting; Scheduled Conference Calls; Final Debriefing
Cost Reimbursement Line Item
Make all travel arrangements IAW government travel guidelines, including restricted air fares where possible, and reimbursement on government per diem scales To be filled out by vendor To be filled out by vendor To be filled out by vendor. In proposal please include itemization of costs.
0008 Travel
Cost Reimbursement Line Item
Make all travel arrangements IAW government travel guidelines, including restricted air fares where possible, and reimbursement on government per diem scales To be filled out by vendor To be filled out by vendor To be filled out by vendor. In proposal please include itemization of costs.

Place of Performance
Offeror will perform core duties offsite from Government facilities. CLIN 0006 work will take place in field locations specified upon award of the contract and Government receipt of required Non-Disclosure Agreements. CLIN 0007 and 0008 may require travel to NCHS facilities.

It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil.

This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 (January 19, 2017).
This acquisition is a total Small Business Set Aside for NAICS code 54170, size standard $20.5M. A Firm Fixed Price contract will be issued to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220.

Please see the attached RFP 75D301-19-Q-69740 for additional information.

The following provisions apply to this acquisition;
1) The provision 52.212-1, Instructions to Offerors - Commercials Items (Jan 2017);
2) The provision 52.212-2, Evaluation - Commercial Items (Oct 2014);
3) The clause 52.212-4, Contract Terms & Conditions - Commercial Items (Jan 2017) applies to this acquisition.
4) The clause at 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) applies to this acquisition. Please see the attached RFP for which clauses listed in 52.212-5 apply to this acquisition.

OFFERORS SHALL COMPLETE ONLY PARAGRAPH (b) OF 52.212-3 IF THE ANNUAL REPRESENTATIONS AND CERTIFICATIONS WERE COMPLETED ELECTRONICALLY AT www.SAM.gov.
IF THE REPRESENTATIONS AND CERTIFICATIONS WERE NOT COMPLETED ONLINE, THE OFFEROR SHALL COMPLETE A COPY OF THE PROVISION 52.212-3 (c) through (m), OFFERORS REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH YOUR PROPOSAL. The best way to complete this certification is to download the FAR Clauses (Volume II) at: https://www.acquisition.gov/far/index.html print out the clause 52.212-3, Offeror Representation and Certification (Jan 2017) and fill in the appropriate blanks.
Question will be due by Thursday, February 14, 2019 by 3:00 PM EST at the following email address: namador@cdc.gov; Attn: Nathan R. Amador RFP# 75D301-19-Q-69740.
Proposals will be due by Thursday, MARCH 7, by 3:00 PM EST at the following email address: namador@cdc.gov; Attn: Nathan R. Amador RFP# 75D301-19-Q-69740.
Attn: Nathan R. Amador, shall be clearly marked on the Request for Proposal cover page. EMAIL SUBMISSION ONLY!!!

People

Points of Contact

Nathan R. AmadorContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 11, 2019
CDC/NCHS - Gaining NHANES Respondent Cooperation | GovScope