Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2007 FBO #2086
SOLICITATION NOTICE

R -- Data Management and Statistical Analysis

Notice Date
8/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HU0001-07-R-C014
 
Response Due
8/24/2007
 
Archive Date
9/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DATA MANAGEMENT AND STATISTICAL ANALYSIS SERVICES CENTER FOR POPULATION HEALTH This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is also subject to FAR Subpart 13.5. The Center for Population Health is requesting a contract to provide analytic support for research protocols, including ?Cancer in the Military.? Specifically, we would like the contractor to provide data management services, such as extracting data from large databases and performing basic analysis, and statistical analysis of the data. This contract is for services on an as needed basis, and the number of hours will vary over time for each type of service. We estimate we will need approximately 752 hours of each service Services will be performed at the Center for Population Health, located on the campus of the Uniformed Services University of the Health Sciences, and will be at the direction of study investigators. Over time, the research mission of the Center for Population Health is expected to expand or change. Additional personnel or other resources may be needed to meet mission requirements. DATA MANAGEMENT Tasks Provide the following support to the Center for Population Health: Extract data variables extracted from the Military Health System (MHS) Data Repository (MD) and Management Analysis and Reporting Tool (M2), which aggregates data from the Composite Health Care System (CHCS), Health Care Service Record (HCSR), the Defense Enrollment Eligibility Enrollment Reporting System, and Expense Assignment System (EAS); Develop a database, including a longitudinal record, of all (de-identified) MHS patients with a specified diagnoses over multiple years, including all episodes of care and the associated diagnostic and procedure codes for those episodes; Clean, recode, merge, and aggregate data from multiple data sources; Analyze these data using various demographic variables; Determine 1. Overall patient population: - Overall demographic description - Overall cancer incidence and prevalence per year - Total volume of care per year in both the MHS Direct and Purchased Care components Within the Direct Care component, the analysis will separate the volume/cost of care delivered in Medical Centers from that delivered in community facilities. - Overall patterns of care in the Direct and Purchased Care components 2. Individual cancer types - Determine the top five cancer diagnoses by both volume and cost - Display the geographic distribution of these patients by TRICARE Region, by Metropolitan Statistical Area and by aggregated zip code. - Determine demographic description of each cancer-type subpopulation - Determine and trend outcomes for selected diagnoses among Direct care medical centers; Direct care other facilities; and Purchased care - Determine care patterns (diagnostic, therapeutic, inpatient, outpatient) for each cancer type in both Direct and Purchased care components - Compare prevalence, patterns of care and outcomes of patients with similar diagnoses with public data sets (eg, VA, CMS, MEPS, and others) as well as private sector data sets. 3. Perform data extraction and data analysis (both descriptive and inferential) for other studies as needed. 2) Qualifications: Ability to write programs using Statistical Analysis Software (SAS) Ability to use various software packages, such as Microsoft Word, Excel, PowerPoint. Knowledge of structure and content of MDR and M2 databases Knowledge of medical terminology, including IDC-9 and CPT-4 coding Ability to obtain ADP-II clearance for access to MDR and M2. This level of clearance requires U.S. citizenship Experience with extracting and analyzing large databases Familiarity with other federal public databases (eg, CMS, SEER, HCUP) desirable, but not required Minimum of a master?s degree and 3 years experience with large databases, and 1 year working with MHS data. STATISTICAL ANALYSIS 1) Tasks Accesses, extracts and manipulates data to create files and databases for information analysis. Creates tabular and graphic presentations of health care data using a variety of statistical packages, database programs, spreadsheets, word processing and other software programs as directed by the program director or principle investigators. Selects data systems and information fields to be mined, and prepares data files and reports on population health status, health outcomes, medical expenditure, utilization data and other specific health information. Learns and utilizes additional analytical techniques and computer software, as needed. Assists in the design of research protocols by recommending approaches and formulating data analysis plans. Performs statistical modeling for health care modeling and costs. Performs descriptive and inferential analyses on data. May assist in manuscript preparation, including writing analytical methods as well as presentation of data. 2) Qualifications Demonstrated skills in epidemiological and/or statistical analysis Ability to write programs using Statistical Analysis Software (SAS) Ability to use various software packages, such as Microsoft Word, Excel, PowerPoint. Knowledge of structure and content of MDR and M2 databases Knowledge of medical terminology, including IDC-9 and CPT-4 coding Ability to obtain ADP-II clearance for access to MDR and M2. This level of clearance requires U.S. citizenship Experience with extracting and analyzing large databases Familiarity with other federal public databases (eg, CMS, SEER, HCUP) desirable, but not required Minimum of a master?s degree and 3 years experience performing statistical or epidemiological analysis on large databases. ITEM NO 0001 Base Period DATA MANAGEMENT AND STATISTICAL ANALYSIS See Statement of Work Period of Performance 30 Sep 07 through 29 Sep 2008 ITEM NO 0001AA DATA MANAGEMENT 752 Hours Per Statement of Work FOB: Destination Loaded Price per Hour $_____________________ ITEM NO 0001AB STATISTICAL ANALYSIS Per Statement of Work FOB: Destination Loaded Price per Hour $_____________________ ITEM NO 0002 Option Year 1 DATA MANAGEMENT AND STATISTICAL ANALYSIS See Statement of Work Period of Performance 30 Sep 08 through 29 Sep 2009 ITEM NO 0002AA DATA MANAGEMENT 752 Hours Per Statement of Work FOB: Destination Loaded Price per Hour $_____________________ ITEM NO 0002AB STATISTICAL ANALYSIS Per Statement of Work FOB: Destination Loaded Price per Hour $_____________________ ITEM NO 0003 Option Year 2 DATA MANAGEMENT AND STATISTICAL ANALYSIS See Statement of Work Period of Performance 30 Sep 09 through 29 Sep 2010 ITEM NO 0003AA DATA MANAGEMENT 752 Hours Per Statement of Work FOB: Destination Loaded Price per Hour $_____________________ ITEM NO 0003AB STATISTICAL ANALYSIS Per Statement of Work FOB: Destination Loaded Price per Hour $_____________________ INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: INSPECT AT INSPECT BY Government CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Nov 2006) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.217-5 Evaluation Of Options JUL 1990 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ?Offerors shall submit three references and the resumes of the individuals proposed for this action. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2007) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999) (15 U.S.C. 657a). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (4) [Removed]. X___ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-6. ___ (iii) Alternate II (MAR 2004) of 52.219-6. ___ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-7. ___ (iii) Alternate II (MAR 2004) of 52.219-7. ___ (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). ___ (8)(i) 52.219-9, Small Business Subcontracting Plan (SEP 2006) (15 U.S.C. 637(d)(4)). ___ (ii) Alternate I (OCT 2001) of 52.219-9 ___(iii) Alternate II (OCT 2001) of 52.219-9. ___ (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). ?__ (10) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)).???? ?___ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEP 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).???? ?___ (ii) Alternate I (JUNE 2003) of 52.219-23.???? ?___ (12) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (OCT 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).???? ?___ (13) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).???? ?___ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (U.S.C. 657 f).???? ?___ (15) 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)).???? ?_X__ (16) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755).???? ?_X__ (17) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126).???? ?_X__ (18) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).???? ?_X__ (19) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).???? ?_X__ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).???? ?_X__ (21) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).???? ?___ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).???? ?_X__ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201).???? ?___ (24)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)).???? ?___ (ii) Alternate I (AUG 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(c)).???? ?___ (25) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d).???? ?___ (26)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169).???? ?___ (ii) Alternate I (JAN 2004) of 52.225-3.???? ?___ (iii) Alternate II (JAN 2004) of 52.225-3.???? ?___ (27) 52.225-5, Trade Agreements (NOV 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).???? ?___ (28) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury).???? ?___ (29) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150).???? ?___ (30) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150).???? ?___ (31) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).???? ?___ (32) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).???? ?_X__ (33) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).???? ?___ (34) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).???? ?___ (35) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332).???? ?___ (36) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).???? ?___ (37)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).???? ?____ (ii) Alternate I (APR 2003) of 52.247-64.???? (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ?____ (1) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.).???? ?____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).???? ?____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).???? ?____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (February 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).???? (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days (insert the period of time within which the Contracting Officer may exercise the option); provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) AWARD STATEMENT: Award will be made to the offeror proposing individuals meeting the qualification standards of the statement of work at the most favorable price. Offerors must provide the information referenced at 52.212-2 to be considered responsive. A printer friendly copy of this solicitation will be available at the USUHS Directorate of Contracting website, http://vpr.usuhs.mil/rmi/solicitation.htm, on or about 15 August 2007.
 
Place of Performance
Address: Uniformed Services University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, MD
Zip Code: 20814-4799
Country: UNITED STATES
 
Record
SN01370134-W 20070813/070811220745 (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.