Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SPECIAL NOTICE

A -- EAPO Broad Agency Announcement - EAPO Broad Agency Announcement

Notice Date
6/21/2011
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
000HCPK1-2011-98454
 
Archive Date
7/20/2011
 
Point of Contact
Kristopher A Lemaster, Phone: 7704882995, Vivian S Hubbs, Phone: (770) 488-2647
 
E-Mail Address
klemaster@cdc.gov, vhubbs@cdc.gov
(klemaster@cdc.gov, vhubbs@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Word version of BAA Authority The Centers for Disease Control and Prevention (CDC), the Office of Surveillance, Epidemiology and Laboratory Services/ Epidemiology and Analysis Program Office issues this Broad Agency Announcement (BAA) under the provisions of FAR 35.016 and FAR 6.102(d)(2) which provides for the competitive selection of research proposals. Contracts that are awarded based on responses to this BAA are as a result of full and open competition and therefore in full compliance with the provisions of PL 98-369, "The Competition in Contracting Act of 1984." The CDC may award contracts with educational institutions, nonprofit organizations, not for profit organizations, state and local government, and private industry for research and development (R&D) in those areas covered in Part II of this BAA. Process Funding of research within CDC will be determined by funding constraints and research priorities set during each budget cycle. Therefore, those contemplating submission of a white paper are encouraged to contact the CDC BAA Technical Coordinator or the technical point of contact as noted below to determine whether the research warrants further inquiry. If the research warrants further inquiry and if funding is available, then submission of a white paper/proposal will be entertained. The following four-step sequence is established for offerors contemplating submission of a proposal under this BAA. This sequence allows for an early determination of the potential for interest based on technical merit, applicability to CDC and projected funding. This process is designed to limit offeror and Government expenditure of effort to prepare and review formal proposals for research that may have little chance of being supported. Step 1 - Telephone Contact (Technical Dialogue) This step initiates a technical dialogue between the Government and the potential offeror. The initial point of contact may direct callers to a specific scientific/technical point of contact based on the topic area and specifics of the proposed research project. The initial contact points for each area of research interest identified in Part II are shown below: Research Area Technical Points of Contact Phone Number Updating Community Guide Reviews on the Effectiveness of Interventions to Improve Oral Health Randy Elder, June 29 - July 5, 2011 Theresa Sipe, June 21-28, 2011 404-498-0953 404-498-0980 Step 2 - Submission of Informal White Paper (Technical Dialogue) This step is a continuation of the technical dialogue for projects of interest. The scientific point of contact may request submission of an informal white paper no more than 4 pages in length (exclusive of resumes and appendices) to facilitate their understanding of the scientific and technical aspects of the proposed research project. Use of the white paper is intended to determine which efforts are of sufficient scientific and technical merit prior to submission of a formal research proposal as described in Part IV; therefore, informal white papers should not be as lengthy or detailed as a formal proposal (see Part IV). Informal white papers should contain a Rough Order of Magnitude estimate (Estimated Cost). All submitted papers will undergo an initial review for technical merit and program applicability. The technical review team may discuss the proposed project with the potential offeror, as required, to facilitate the Government's understanding of the scientific and technical aspects of the proposed research project. Step 3 - Submission of Formal Research Proposal This step ends the technical dialog. If there is sufficient interest in a proposed research project, the Contracting Officer will invite the offeror to submit a formal research proposal (see Part IV). Once the Contracting Office receives a research proposal, communication between scientific personnel and the offeror is permitted only as authorized by the Contracting Officer. Please note that the Government may use non-Government participants during the evaluation of the proposals technical section (See Part III - Use of Non-Government Personnel). Step 4 - Contract Award for Selected Projects All proposals will receive an initial review (see Part V) and the Contracting Officer will notify the offeror, in writing, whether the proposal will be processed for award. The primary basis for selecting proposals for award shall be public health importance, scientific/technical merit, and prior experience and capacity. Cost realism, reasonableness and fund availability will also be considered to the extent appropriate. See Part V for specific evaluation criteria. The Government has the right to make multiple awards. Government obligation Persons submitting white papers and proposals are cautioned that only a Contracting Officer may obligate the Government to any agreement involving expenditure of Government funds. The Government is under no obligation to pay for the cost of a white paper or proposal. There is no commitment on behalf of the Government to fund any proposal. Contractors are cautioned that the submission of a white paper and a proposal is submitted strictly on a voluntary basis. BAA POINTS OF CONTACT CDC's BAA Technical Coordinators and points of contact are Dr. Randy Elder who may be reached at (404) 498-0953 or by email at rfe3@cdc.gov; and Theresa Sipe at (404) 498-0980 or Tsipe@cdc.gov. CDC's Contracting Office point of contact is Mr. Kristopher Lemaster, Contracting Officer, who may be reached at (770) 488-2995 or by email at Klemaster@cdc.gov. PART II - CDC RESEARCH INTERESTS Updating Community Guide Reviews on the Effectiveness of Interventions to Improve Oral Health Overview Through the FY 2011 Prevention and Public Health Fund, CDC plans to fund research in the area of public health services and systems. Per the legislation, specific requirements for research to be supported within this initiative are to: • Examine evidence-based practices related to prevention, with a particular focus on high priority areas consistent with the National Prevention Strategy and Healthy People 2020, including comparisons of community-based public health interventions in terms of effectiveness and cost; • Analyze the effective translation of interventions from academic settings to real world settings; and • Identify effective strategies to organize, finance or deliver public health services in real world community settings, including comparisons of State and local health department structures and systems in terms of effectiveness and cost. In order to fulfill the intent of the legislation, CDC invites the submission of innovative public health research projects that align with the requirements stated above. The CDC intends to support research that has the potential to yield high impact public health results. High impact public health refers to the measured effect that an activity or intervention has on reducing the public health burden of a prevalent, costly disease or condition and has the potential to improve population health on a large scale. For this announcement, CDC is requesting white papers for the following topic area, which is further described further below: Updating Community Guide Reviews on the Effectiveness of Interventions to Improve Oral Health Practitioners, policymakers, and others are increasingly expected to use evidence-based approaches when making decisions about which public health initiatives to support with their limited resources. The Guide to Community Preventive Services (Community Guide) is internationally respected as an invaluable aid to such decision making. Using state-of-the-art scientific methods, the Community Guide engages with CDC and other federal and non-federal partners in systematically reviewing all existing scientific literature to determine which public health interventions work, which do not, and which need further investigation. The findings of these systematic reviews are then presented to the Task Force on Community Preventive Services (Task Force), an independent, nonfederal group of internationally renowned public health experts, established by HHS and appointed by the Director of CDC. The Task Force uses the findings as the foundation for findings and recommendations about each intervention reviewed-to ensure that practice, policy, research, and funding decisions can be informed by the highest quality evidence. To date the Task Force has made evidence-based recommendations about the effectiveness of more than 215 population-based public health interventions, including five related to oral health. Dental caries (tooth decay, cavities) continues to be a major problem for Americans. Ninety-six percent of adults aged 50-64 years have had dental caries. Tooth decay affects more than one-fourth of U.S. children aged 2-5 years and half of children aged 12-15 years. Children and adolescents from low-income families are hardest hit: about two-thirds of those aged 12-19 years have had caries, and one in four has untreated caries. Untreated tooth decay can cause pain, dysfunction, and absence from school, and poor appearance-problems that can greatly affect a child's quality of life. Oral and pharyngeal cancers (i.e., cancer of the lip, tongue, floor of the mouth, palate, gingiva and alveolar mucosa, buccal mucosa, or oropharynx) continue to pose a threat to the health of U.S. adults, with no marked improvements in survival rates over the past several decades. In 2010, estimates show that more than 36,000 people learned they had mouth or throat cancer, and more than 7,800 (about 5,430 men and 2,450 women) died of these diseases. Early detection is important because the 5-year survival rate for early stage cancer is approximately 80%, while the survival rate drops to 9% for late-stage disease. The purpose of this project is to fund a series of updates to the existing systematic reviews on oral health that were conducted for the Guide to Community Preventive Services, available at http://www.thecommunityguide.org/oral/oral-ajpm-ev-rev.pdf. These updates will ensure that the guidance provided by the Task Force regarding this topic area reflect the best evidence currently available. They will also involve the production of materials to clearly communicate the updated evidence and updated Task Force findings to key audiences of researchers, practitioners, and other relevant decision-makers. The updated reviews and related communication materials are expected to be extremely valuable for helping researchers and research-funding agencies to identify important gaps in our current knowledge, and for informing the actions of public health officials and other decision-makers. The ultimate goal of this project is to help to address the national priorities related to oral health as described in Healthy People 2020 (http://healthypeople.gov/2020/topicsobjectives2020/overview.aspx?topicid=32). The specific systematic reviews to be updated in this project include: • Community water fluoridation • Statewide or community-wide dental sealant promotion programs • School-based or -linked dental sealant delivery programs • Population-based interventions for early detection of oral and pharyngeal pre-cancers and cancers • Population-based interventions to encourage use of helmets, facemasks, and mouthguards in contact sports The offeror will be expected to conduct all phases of this project in a manner that is consistent with the standards and methods of the Guide to Community Preventive Services. For each intervention review to be updated, the offeror will be expected to: 1. Interface in teleconferences with a CDC subject matter expert, Community Guide scientist, Task Force member, and other experts regarding the appropriateness of intervention definition and causal model (or analytic framework) in the original review. If deemed appropriate for the update, minor ambiguities re: inclusion criteria should be clarified, with a goal of adhering as closely as possible to the inclusion criteria from original review. 2. Conduct thorough search of electronic databases for studies and systematic reviews meeting inclusion criteria for the period between the end date of the original paper and the present. This involves developing a draft search strategy and proposed databases to search, which will be subject to input and approval from CDC staff. Also, reference lists from relevant systematic reviews and papers should be reviewed for additional relevant studies. Search and subsequent data abstraction process should be managed with systematic review software that facilitates transparent recording and communication of the literature screening process. 3. Abstract relevant data from studies the meet inclusion criteria. Abstracted data should include the following: a. Study design b. Short description of intervention c. Results for outcomes of interest (i.e., those identified as relevant in original review), as reported and transformed to the preferred metric for the review; provide confidence intervals around effect estimates when feasible d. Major threats to internal and external validity e. Information on effect modification variables (e.g., intervention intensity) that were identified in original review or identified as important by the subject matter experts 4. Summarize abstracted data in evidence tables 5. Submit files and documents providing details of all steps in the process to CDC 6. Synthesize results graphically, with descriptive statistics (median and interquartile interval), and/or with inferential statistics, as appropriate 7. Draft a revised Task Force finding and rationale statement based on the updated review (e.g., http://www.thecommunityguide.org/vaccines/universally/RRhomevisits.html) 8. Present results of updated review to the Task Force in person or via teleconference 9. Prepare a manuscript describing the completed reviews for peer-reviewed publication 10. Prepare summaries describing the interventions, updated Task Force findings, and key results for posting on the Community Guide website (e.g., http://www.thecommunityguide.org/oral/fluoridation.html) In submission of a white paper, the offeror must address all of the tasks listed below. Tasks: a. Offerors should describe their approach to assembling a team of researchers with experience conducting systematic reviews of the effectiveness of interventions to improve health, particularly population health. b. Offerors should describe their approach to soliciting and integrating feedback from experts in the subject matter and Community Guide methods to inform decisions regarding conceptualization of interventions and other key steps in the process. c. Offerors should describe their organizational capacity for conducting a thorough literature search and for efficiently screening the results for interventions that meet the specified inclusion criteria. d. Offerors should describe their approach to abstracting the relevant information from the qualifying studies, and for synthesizing the results in a way that can clearly and efficiently communicate the available information on intervention effectiveness to the Task Force and to other audiences. e. Offerors should describe their approach to developing draft documents presenting the results of this project. f. Offerors should describe their approach to collaborating closely with CDC to conduct these tasks, so as to keep their activities consistent with the original intent of this announcement. PART III - WHITE PAPER SUBMISSION Steps 1 and 2 provide for technical interchange prior to the submission of a formal proposal. Any questions or clarification of project objectives or methods may be directly discussed between the Government technical representatives and the potential offerors during the Technical Dialogue. The purpose of the Technical Dialogue is to obviate excessive expenditure of resources for projects that do not warrant consideration based on insufficient technical merits or funding limitations. Use of Non-Government Personnel Offerors are hereby notified that non-Government participants may have access to the offerors' white papers and that providing a white paper shall constitute consent to the disclosure of proprietary information to all non-Government participants in the white paper review process. The non-Government participants are employees of commercial firms under contract to the Government and they will be authorized access to only those portions of the white paper and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems, and for tracking and recording purposes. All non-Government participants have executed a Certificate of Non-Disclosure. Initial Evaluation of the Offeror's White Paper Proposed Research To be eligible for an award, a white paper must be submitted. The offeror's white paper should describe a scientifically and technically sound approach to Updating Community Guide Reviews on the Effectiveness of Interventions to Improve Oral Health. All submitted white papers will undergo initial review for public health importance, scientific and technical merit, and prior experience and capacity. The technical review team may discuss the proposed project with the potential Offeror, as required, to facilitate the Government's understanding of the scientific and technical aspects of the proposed research project. Technical Evaluation Criteria White papers will be evaluated by a technical review team using the following criteria: Public Health Importance • Does the offeror summarize the public health impact of interventions to improve oral health, including preventing dental caries, early detection of oral and pharyngeal cancers, and prevention of oral and facial injuries? • Does the offeror summarize how this project will fill gaps in public health research and identify those that remain, and how this work could inform the translation of recommendations in the Guide to Community Preventive Services into public health practice? Scientific and Technical Merit • Does the offeror describe plans for assembling a team of researchers with experience conducting systematic reviews of interventions to improve health? • Does the offeror describe the proposed approach to clearly specifying the scope and conceptualization of the interventions and any key effect modification variables? • Does the offeror describe the proposed approach for conducting a thorough literature search and for efficiently screening the results for interventions that meet the specified inclusion criteria? • Does the offeror describe the proposed approach to abstracting the relevant information from the qualifying studies, and for synthesizing the results in a way that can clearly and efficiently communicate the available information on intervention effectiveness to the Task Force and to other audiences? • Does the offeror describe plans for developing reports and delivering presentations to widely disseminate the results of these analyses to public health professionals, policymakers, and the media, and to train students and public health professionals in the methods used in these analyses? • Does the offeror describe plans for developing reports, delivering presentations, and web-based summaries to widely disseminate the results of these analyses to researchers, funding agencies, public health professionals, policymakers, and other important audiences? • Does the offeror describe their approach to collaborating closely with CDC to conduct these tasks so as to keep their activities consistent with CDC's original intent of the announcement? • Does the offeror present a time line that identifies each major task, and that demonstrates the offeror's commitment to feasibly perform the project tasks within 24 months? Prior experience and organizational capacity • To what extent is the offeror experienced in conducting systematic reviews of interventions to improve health? • Does the offeror have access to an experienced research librarian with access to adequate infrastructure to efficiently search necessary databases and obtain necessary documents? • How effectively does the offeror propose to use review management software and other technology to improve the efficiency or accuracy of the review process? • How well does the offeror describe their experience developing reports and delivering presentations on the results of systematic reviews? • How well does the offeror describe their experience developing user-friendly summaries of the results of systematic reviews? • Does the offeror identify what tasks will be performed by which party and why each subcontractor, if any, was selected to perform its task(s)? • Does the offeror provide a description of the support that they will receive from their organizational leadership in conducting this research? • Does the offeror have access to other institutional support services that can help assure the success of this project, as well as the availability of special technical expertise in their organization related to the conduct of systematic reviews? The evaluation criteria in descending order of importance are as follows: • Scientific and Technical Merit • Prior Experience and Organizational Capacity • Public Health Importance Eligibility to Submit a Formal Proposal Offerors receiving a favorable review of their white paper will be invited to submit a formal proposal. Offerors receiving an unfavorable review of their white paper will not receive a request to submit a formal proposal. Upon completion of white paper evaluations, offerors will be notified whether or not their white paper was favorably received. Favorable review of a white paper does not constitute selection of the proposed effort for contract award and will not establish a binding commitment for the Government to fund the effort in whole or in part. White paper format and Content Each white paper must address all of the following elements and should be no more than 4 pages in length (exclusive of resumes and diagrams) per topic area: • White Paper must be written in the following format: a. Font size: 12-point, unreduced b. Single-spaced c. Paper size: 8.5 by 11 inches d. Page Margin Size: One inch e. Printed only on one side of page f. Descriptive Title of the Proposed Project g. Number and title of this announcement h. Biographical sketch. http://grants.nih.gov/grants/funding/phs398/biosketch.pdf • White Paper submissions shall be unclassified. • Project description addressing in sufficient detail the characteristics identified in Part II. Please structure the white paper in the following order: (1) Public Health Importance; (2) Scientific and Technical Merit; and (3) Prior Experience and Organizational Capacity. • Resumes of Key Personnel: Key personnel are those skilled, experienced, professional and technical personnel essential for successful accomplishment of the proposal objectives, such as the principal investigator, team leader, etc. Information regarding the qualifications, capabilities, and experience of the proposed key personnel should be addressed. Include the resumes of the prime contractor, subcontractor, and consultant personnel to include the names, brief biography, and list of recent publications of the offeror's key personnel. Documentation of previous work or experience in the field of the proposer is especially important. Resumes should not exceed 4 pages per person and shall not count as a part of your white paper proposal page limit. http://grants.nih.gov/grants/funding/phs398/biosketch.pdf • Point of contact to provide information and answer further questions, if necessary. • A rough order of magnitude (ROM) cost estimate to implement the research effort. • An estimated timeline not to exceed two years to complete the project. White Paper Submission This BAA is open and in effect for 14 days from the date of release June 21, 2011 through July 5, 2011. THIS IS AN IMMEDIATE CALL FOR WHITE PAPERS. Prior to submission of a white paper offerors are strongly encouraged to contact the CDC BAA Technical Coordinators, Dr. Randy Elder, at (404) 498-0953, or Theresa Sipe at (404) 498-0980. White papers must be received by July 5, 2011 in order to be considered for further evaluation. White papers should be submitted electronically to the CDC BAA Technical Coordinator, Dr. Randy Elder, at rfe3@cdc.gov.   PART IV - PROPOSAL PREPARATION AND SUBMISSION GENERAL INFORMATION This section is intended to provide information needed in preparing research proposals for submission to CDC. Proposals submitted under this BAA must contain technical, administrative, cost, and other supporting information as described below. Most of the information needed to prepare a proposal will be found within this section. Blank proposal forms are included in Part VI and are designed to provide the required information needed for contracting purposes. Use of the enclosed proposal forms will expedite award of the research contract. All proposals should include the information specified in this announcement in order to avoid delays in evaluation. CDC encourages nonprofit organizations, educational institutions, small business, small disadvantaged business concerns, HubZones, and Woman Owned Small Businesses (WOSB) concerns to submit white papers for consideration. Any questions concerning the preparation or content of the research proposal should be directed to: Contract Specialist Phone E-Mail Kristopher Lemaster 770.488.2995 KLemaster@cdc.gov Eligibility To be eligible for award of a contract, a prospective contractor (except other Governments, including State and Local Governments) must meet certain minimum standards pertaining to financial resources, ability to comply with the performance schedule, prior record of performance, integrity, organization, experience, operational controls, technical skills, facilities, and equipment. Post-Employment Conflict of Interest There are certain post-employment restrictions on former federal officers and employees, including special Government employees (Section 207 of Title 18, United States Code). If a prospective offeror believes that a conflict of interest may exist, the situation should be brought to the attention of the Contracting Officer before time and effort is expended in preparing a proposal. Restrictive Markings on Proposals Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes shall: (a) Mark the title page with the following legend: "This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of -- or in connection with -- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets];" and (b) Mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal." All offerors should also complete the Research Proposal Cover Page Attachment (1) and should complete the statements of Attachment (2) indicating their preference for release of information contained in proposals and their understanding of the policy regarding evaluation of the proposals. The offeror is cautioned, however, that portions of the proposal may be subject to release pursuant to the Freedom of Information Act, 5 U.S.C. 552, as amended. Reporting Requirements The contractor will provide quarterly written progress reports to CDC, as well as participate in at least monthly conference calls with CDC. Progress reports should include detailed descriptions of quarterly activities, including the current status for each activity, as well as planned activities for the upcoming quarter. Reports should also include a section on challenges experienced and how the contractor has already or has plans to overcome these challenges. The offeror must also provide an annual progress report, at the end of each year of the contract, that should highlight the status of achievements of all the activities within the past 12 months of the project period, and, if applicable, updated timelines and list of milestones for the second half (i.e., 12 months) of the project period. Non-U.S.Citizen Participation If the proposed research (or a portion of the proposed research) requires access to critical technology, sensitive unclassified information, For Official Use Only material, or intelligence material, non-U.S. citizens may participate in the resultant contract (or portion of the resultant contract) only if special written permission is granted by the Contracting Officer. The Contracting Officer will require the review and concurrence of the CDC Foreign Disclosure Officer (FDO) before granting this permission. If the proposed research (or a portion of the proposed research) requires access to classified information (i.e., confidential or secret), non-U.S. citizens may participate in the resultant contract (or portion of the resultant contract) only ifa Limited Access Authorization (LAA) is granted. A LAA can be granted only in the event that there are no U.S. citizens that can perform the effort. Granting of LAAs is not anticipated under this Broad Agency Announcement. If any non-U.S. citizen requires access to CDC buildings, or other Government facilities, special written permission must be requested and obtained from the Contracting Officer and Security Officer through the resultant contract's Technical Point of Contact. Requests shall specify purpose, duration, frequency, and location (specific room, lab, etc.). Period of Performance Proposals submitted in response to this BAA may be for a period of performance up to two (2) years. Contract Types It is anticipated that all offers under $150,000 will be proposed and awarded on a firm-fixed-price completion basis. It is anticipated that all offers over $150,000 will be proposed and awarded on a cost-reimbursement [cost plus fixed fee, cost (no fee), or cost sharing*] completion basis. *Note: A cost-sharing contract is a cost-reimbursement contract in which the contractor receives no fee and is reimbursed only for an agreed-upon portion of its allowable costs. A cost-sharing contract may be used when the contractor agrees to absorb a portion of the costs, in the expectation of substantial compensating benefits. Funding • Fiscal Year Funds: 2011 • Approximate Total Funding: $1,000,000 • Approximate Average Award: N/A • Floor of Award Range: N/A • Ceiling Award Range: N/A • Anticipated Award Date: August 1, 2011 • Period of Performance: 24 months. • Total Period of Performance: Two (2) years. CDC's commitment to this award will be conditioned on the availability of funds, evidence of satisfactory progress by the contractor (as documented in required reports), and the determination that continued funding is in the best interest of the Government. Proposal Submission To be considered for award, an offeror must have submitted a white paper which was favorably reviewed by CDC. Offeror will then be formally notified by the Contracting Officer to submit a formal proposal The Request for Proposal (RFP) will identify a due date for submitting the proposal. The offeror must follow the proposal submission guideline as identified in this section and the Request for Proposal (RFP) letter. Follow-On Contracts A proposal for continuation of a given research project will be considered on the same basis as proposals for new research. The proposal should be submitted sufficiently in advance of the termination of the existing contract so that if it is accepted, contract performance may be continued without interruption. PROPOSAL PREPARATION INSTRUCTIONS The proposal is the only vehicle available to the offeror for receiving consideration for award. The proposal must stand on its own merit; only information provided in the proposal can be used in the evaluation process leading to an award. The proposal should be prepared simply and economically, providing straightforward, concise delineation of capabilities necessary to perform the proposed work. The technical proposal must be accompanied by a fully supported cost proposal as cost and technical considerations are reviewed simultaneously. Each proposal shall be submitted under cover of Attachment (1) and shall contain three distinct sections. The first section shall contain the technical discussion. The second section shall contain contractual information, certifications, and other documentation. The last section shall contain a breakdown of the anticipated costs. Proposal Copies Offerors shall submit copies of their proposal as follows: Proposal Section Paper Electronic Technical Proposal Original and 4 Copies One Administrative Proposal Original and 4 Copies One Timeline and Cost Proposal Original and 4 Copies One Each paper and electronic copy must contain any restrictive legends and the electronic copy must be in a format compatible with Microsoft Office 2007. All proposals, written communications or documentation concerning this BAA shall be forwarded to the following address: Centers for Disease Control and Prevention Procurement and Grants Office (PGO) Attention: Kristopher Lemaster 2920 Brandywine Road, MS K69 Atlanta, Georgia 30341 Telephone: (770) 488-2995 Email: KLemaster@cdc.gov Proposal Content Section I - Technical Section Contents The nature of the effort to be performed will determine its acceptability for award under this BAA. Proposed efforts shall be scientific in nature and explore innovative public health practicing concepts. The Technical Section shall contain the following: Technical Proposal - Limited to 10 Pages (single spaced) a. Cover Page: The cover page should include the BAA Number, research topic and reference number, name and telephone number for the principal points of contact (both technical and contractual), and any other information that identifies the proposal. The cover page should also contain the proprietary data disclosure statement, if applicable. The cover page does not count towards the technical proposal page limit. b. Table of Contents: It is highly recommended that the offeror prepares a table of contents and use it for a final quality-control checklist. The table of contents does not count towards the page limit technical proposal page limit. c. Background and Potential Contribution to CDC: Provide a brief background and significance statement describing public health impacts of interventions to improve oral health. Provide a summary of how this project will fill any gaps in public health research and practice, and how this work could inform public health practice. Discuss the potential contribution related to CDC research and national priorities, specified in Part II of this BAA. d. Technical Approach: In this section, the offeror should provide as much technical detail and analysis as is necessary or useful to support the technical approach they are proposing, including any prediction and modeling techniques useful for public health research. (1) Technical Discussion: Describe the proposed methods and procedures for conducting the research and translation tasks that pertain to Updating Community Guide Reviews on the Effectiveness of Interventions to Improve Oral Health. This section, at a minimum, must include the following components: • Description of the proposed approach to clearly specifying the scope and conceptualization of the interventions and any key effect modification variables. • Description of the proposed approach for conducting a thorough literature search and for efficiently screening the results for interventions that meet the specified inclusion criteria. • Description of the proposed approach to abstracting the relevant information from the qualifying studies, and for synthesizing the results in a way that can clearly and efficiently communicate the available information on intervention effectiveness to the Task Force and to other audiences. (2) Technical Program Summary: This section summarizes the above technical discussion in an orderly progression, emphasizing the strong points of the proposed technical approach. Offerors should also describe their approach to collaborating closely with CDC to conduct these tasks so as to keep their activities consistent with CDC's original intent of the announcement. No technical approach is without its limitations or shortcomings. Every issue should be identified, and if the offeror has a "new and creative" solution to the problem(s), that solution should be developed and analyzed in this section. (3) Reporting and Dissemination: This section should include a brief description of plans for developing reports, delivering presentations, and web-based summaries to widely disseminate the results of these analyses to researchers, funding agencies, public health professionals, policymakers, and other important audiences. Specify the types of reports that will be developed and indicate any potential journals for public health and academic audiences. (4) References: Any good technical discussion must present the basis for and reference the findings cited in the literature. e. Schedule: The schedule represents the offeror's commitment to perform the program tasks in an orderly, timely manner. (1) Time Line Chart by Task: Each major task identified in the Statement of Work (SOW) must appear as a separate line on the program schedule. Planned meetings, such as kick-off, presentations (including final), Technical Interchange Meetings, etc., must be included in the time line. f. Program Organization: In this section, the offeror should describe plans for assembling a team of researchers with experience conducting systematic reviews of health or public health interventions. Any pertinent or useful information may be included in this section, but a minimum recommended response should address the following subparagraphs: (1) Management and Technical Team: Include prime contractor and subcontractor, principal investigator (PI), and additional key staff who are involved in this project. This should specifically identify what tasks will be performed by which party and why each subcontractor, if any, was selected to perform its task(s). (a) Prime Contractor Responsibilities (b) Subcontractor(s) Responsibilities (c) Consultant(s) Responsibilities (2) Capabilities and Relevant Experience of Key Personnel: Key personnel are those skilled, experienced, professional and technical personnel essential for successful accomplishment of the proposal objectives, such as the principal investigator, team leader, etc. Information regarding the qualifications, capabilities, and experience of the proposed key personnel should be addressed. Include the resumes of the prime contractor, subcontractor, and consultant personnel to include the names, brief biography, and list of recent publications of the offeror's key personnel. Resumes do not count toward the technical proposal page limit. Documentation of previous work or experience in the field of the proposer is especially important. Please be sure to address how key personnel possess the following capabilities and relevant experience: • Experience in conducting systematic reviews of interventions to improve health • Access to an experienced research librarian with access to adequate infrastructure to efficiently search necessary databases and obtain necessary documents • Experience using review management software and other technology to improve the efficiency or accuracy of the review process • Experience developing reports and delivering presentations on the results of systematic reviews • Experience developing user-friendly summaries of the results of systematic reviews • Special technical expertise related to the conduct of systematic reviews (3) Evidence of institutional support. Provide a statement that documents institutional support for this project (e.g., support from your organization's leadership etc.), and describe the availability of other institutional support services that can help assure the success of this project, as well as the availability of special technical expertise in your organization related to the conduct of systematic reviews. g. Appendix(es): Appendices may include technical reports, published papers, and referenced material. A listing of these reports/papers with short descriptions of the subject matter is usually adequate. Do not provide commercial product advertising brochures; these are unwanted. Appendix(es) do not count toward the technical proposal page limit. Offeror's Statement of Work (SOW) a. It is the intent of the Government to use the Offeror's SOW, as written, provided that the Offeror's SOW accurately describes the work to be performed, is enforceable, and is void of inconsistencies. If, in the Government's opinion, the Offeror's SOW does not reflect these requirements, the Government will prepare a SOW using information available in the offeror's proposal; this process may delay the award. b. The SOW shall be a separate and distinct part of the proposal, and must also be submitted electronically in the format called out below. Do not include any proprietary information in the SOW. The SOW shall be written as a performance based SOW. To ensure all technical proposals receive proper consideration, the Government requires that the SOW format below be strictly adhered to. The SOW does not count toward the technical proposal page limit. c. Below is the required format for the SOW. Begin this section on a new page with the Title of the Project at the top of the page. Start your SOW at Paragraph C.1. C.1 Background and Need - (Describes the requirements in general, non-technical terms. This section should explain why the acquisition is being pursued and how it relates to past, current, or future projects. Include a summary of statutory program authority and any regulations that are applicable. If any of the techniques have been found to be tried and been found to be effective, they should be included here.) C.2 Project Objective - (A succinct statement of the purpose of the acquisition. It should outline results that the Government expects and may also identify the benefits to the program that is contemplated.) C.3 Scope of Work - (An overall, non-technical description of the work to be performed. It expands on the projected objectives, but does not attempt to detail all of the work required. It must be consistent with the detailed requirements.) C.4 Technical Requirements - (Spells out precisely what is expected of the contractor in the performance of the work. • Describes the specific tasks and phases of the work • Deliverables to be generated from the described tasks must be clearly defined • Specifies the total effort each task or phase is to receive • Considerations that may guide the contractor in its analysis, design, or experimentation on the designated problems • Identifies the requirements and indicates the scope of each) C.5 Reporting Schedule - (Describes any reporting requirements including content and format.) C.6 Special Considerations - (Information that does not fit neatly or logically into one of the other sections. For example, it may be used to explain any special relationships between the contractor and other contractors working for the government.) C.7 Government Furnished Property C.8 References - (Describes any reference materials that may be relevant to the work being performed.) Deliverables - (Defines and describes the deliverables, the quantity required, the recipient(s), and the schedule should be attached to the SOW. NOTE: Deliverables included in Deliverables table must correspond to the tasks outlined under "Technical Requirements" Notice Regarding IT Security The Contractor's performance and resulting deliverables must adhere to all federal, HHS, and/or CDC IT security, privacy and Section 508 policies and procedures. Development or implementation of an electronic information system or any electronic data collection effort conducted in the performance of this contract will be required to complete Certification and Accreditation (C&A) prior to operation resulting in an Authority of Operate (ATO) from CDC. The contractor shall be required to complete all security documentation and materials necessary to obtain an ATO. The contractor shall comply with all applicable HHS, CDC, FISMA, HIPPA, NIST, and other federal policies and regulations in the performance of the security requirements. The Contractor must follow the guidance in NIST Special Publications, Guidelines on Securing Public Web Servers, NIST publication SP 800-44 (http://csrc.nist.gov/publications/nistpubs/800-44-ver2/SP800-44v2.pdf) and Guide to Secure Web Services, NIST publication SP 800-95 (http://csrc.nist.gov/publications/nistpubs/800-95/SP800-95.pdf). See the Web Application Security Consortium (http://www.webappsec.org) and the Open Web Application Security Project (OWASP - http://www.owasp.org) for tips on how to avoid security problems in Web applications. All information systems developed or implemented in support of this contract must adhere to the security controls outlined in the National Institute of Standards and Technology (NIST) Special Publication 800-53, Recommended Security Controls for Federal Information Systems and Organizations (http://csrc.nist.gov/publications/nistpubs/800-53-Rev3/sp800-53-rev3-final-errata.pdf). Any application hosted within CDC must meet CDC security guidelines. Web Application development projects should follow the CDC Secure Web Application Coding Guidelines which can be provided by the Technical Point of Contact. 508 Compliance All IT development must adhere to Section 508 of the 1986 addition to the Rehabilitation Act of 1973. There are three regulations addressing the requirements detailed in Section 508: • The Section 508 technical and functional standards are codified at 36 CFR Part 1194 and may be accessed through the Access Board's Web site at http://www.access-board.gov • The Federal Acquisition Regulation (FAR) Part 39.2 requires that agency acquisitions of Electronic and Information Technology (EIT) comply with the Access Board's standards. The entire FAR is found at Chapter 1 of the Code of Federal Register (CFR) Title 48, located at http://www.acquisition.gov. The FAR rule implementing Section 508 can be found at http://www.section508.gov. • The HHS Acquisition Regulation (HHSAR) which can be found at http://www.hhs.gov/policies/hhsar/ Section II - Administrative Section Contents - No page limit This portion of the proposal shall contain the completed certifications and applicable forms contained in this BAA and shall include the following: Contract Type Identify the type of completion contract proposed. (Note: Offers proposed on a cost-reimbursement basis MUST contain evidence that the offeror's accounting system is approved for such type contracting; i.e., provide identification of audit agency and dates last accounting and estimating system audits were performed. If approval was not obtained before submission of the proposal, the proposal shall address how the offeror will obtain the required approvals. Evidence of an approved accounting system MUST be obtained prior to contract award.) Environmental Considerations Discuss all applicable environmental and energy conservation objectives associated with the acquisition (see FAR Part 23), the applicability of an environmental assessment or environmental impact statement (see 40 CFR 1502), the proposed resolution of environmental issues, and any environmentally-related requirements to be included in the resultant contract. Organizational Conflicts of Interest Identify any members of the offeror's organization or team with potential conflicts of interest. Possible conflicts of interest include any people with prior federal employment, including employment of the Principal Investigator as a special Government employee (duties, agency with whom employed, dates of employment) within two years from the date of proposal submission. If none, so state. Disclosure Requirement Completion of Attachment (2) is prerequisite for evaluation of the proposal under this BAA. Understanding of Evaluation Policy Completion of Attachment (2) is prerequisite for evaluation of the proposal under this BAA. Representations, Certifications and Other Statements of Offerors Attachment (3) is provided for information only. Each offeror is required to complete the Online Representations and Certifications prior to submission of proposal and verification/validation is a prerequisite to award under this BAA. (Note: Online Representations and Certifications Applications (ORCA), an e-Government initiative has replaced the paper based Representations and Certifications (Reps and Certs) process. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen.) Subcontracting Plan (Only Applicable to Large Businesses) In accordance with FAR 19.702, if the total amount of the proposal exceeds $650,000 and the offeror is a large business, the offeror shall prepare and submit a Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan. A mutually agreeable Subcontracting Plan will be included in and made a part of the resultant contract. The contract cannot be executed unless the Contracting Officer determines that the Subcontracting Plan provides the maximum practicable opportunity for small, small disadvantaged and women-owned small business concerns to participate in the performance of the contract. As stated in 15 U.S.C. 637(d)(8), any contractor or subcontractor failing to comply in good faith with the requirements of the subcontracting plan is in material breach of its contract. Further, 15 U.S.C. 637(d)(4)(f) directs that a contractor's failure to make a good faith effort to comply with the requirements of the subcontracting plan shall result in the imposition of liquidated damages. Title to Equipment Title to equipment or other tangible property purchased with contract funds will be disposed of in accordance with Contracting Officer instructions at the time of contract completion. Section III - Cost Section Contents - No page limit In accordance with FAR 15.403-3 (under FAR 15.408 Table 15.2 when submission of Cost or Pricing Data is required), a detailed cost proposal shall be submitted with the research proposal and shall include, as a minimum, the following information (contractor's format is acceptable): Period of Performance Identify the proposed duration of the effort. Direct Labor Provide a list of participants, by category (and name, if appropriate), showing the hours and labor rates to be charged for each and the total amount per year proposed to be paid for each. For proposals from universities, the time and amounts to be charged should be identified by academic year and summer effort. Disclose and explain the basis of any escalation factors utilized. Materials Provide an itemized list of permanent equipment showing the cost of each item and the basis for the proposed cost. Provide a general description and total estimated cost of expendable equipment and supplies. Permanent equipment is any article of non-expendable tangible personal property having a useful life of more than two (2) years and an acquisition cost of $500 or more per unit. Permanent equipment costs shall not be fee/profit bearing. Other Direct Costs Travel Include contemplated expenditures for travel with explanations for each trip and its proposed length and number of participants. The breakdown of these costs shall show the airfare, per diem rates, car rental rate, and any other travel expenses (such as parking fees, etc.) and shall be in accordance with the Joint Travel Regulations (JTR). Subcontracts Subcontractor cost proposals shall meet all of the requirements stated herein for the prime contractor. Subcontractor cost breakdowns may be submitted under separate cover. Consultants Provide a breakdown of any costs for consulting services showing number of days, daily rates, and estimated travel/per diem costs to the level of detail described in the travel narrative above. The need for consulting services must be explained and the basis for the daily rates must be provided. Miscellaneous Miscellaneous costs may include such items as publication charges, copying, subscriptions, photography, graphics, etc., only if they are consistent with and allowable under the offeror's cost accounting system. Indirect Costs Indirect rates (overhead, G&A, etc.) utilized must be disclosed. Indicate whether any indirect rates used are fixed or provisional and the time frames to which they are applicable (e.g., a fixed rate may apply until a specified date, after which the rate becomes provisional). Proposals for contracts subject to FAR Subpart 31.2 shall complete Attachment (4). Facilities capital cost of money (FCCM) will not be an allowable cost in any resulting contract if the offeror's proposal fails to identify or propose FCCM (see FAR 15.408(i)). Fee/Profit The offeror must explain their proposed fee or profit, if any, which the organization proposes to assess the research project and how the fee/profit was derived. Reminder: Permanent equipment costs and the cost of facilities when purchased for the account of the Government (i.e., charged as a direct cost) shall not be fee/profit bearing. PART V - PROPOSAL EVALUATION INITIAL REVIEW Upon receipt of a proposal, the Government will perform an initial review of the proposal's scientific/technical merit and potential contribution to CDC's mission. The Government will also determine if funds are expected to be available based on the proposed cost for the effort. Proposals not considered having sufficient scientific/technical merit or relevance to the CDC's mission or those in areas for which funds are not expected to be available, may be declined without being subject to the detailed peer review described below. At this stage, scientific/technical merit, relevance to the research to CDC's mission, and availability of funding are of equal importance. PEER/SCIENTIFIC REVIEW Formal proposals not declined as a result of the initial review will be subject to a detailed extensive peer review by highly qualified personnel from inside and possibly outside the Government. Proposals submitted in response to this BAA will be evaluated in accordance with the following criteria, (1) Public Health Importance The potential contributions of the effort to the CDC's mission through protecting the public's health, including the extent to which the offeror has addressed the following items: • Does the offeror summarize the public health impact of interventions to improve oral health, including preventing dental caries, early detection of oral and pharyngeal cancers, and prevention of oral and facial injuries? • Does the offeror summarize how this project will fill gaps in public health research and identify those that remain, and how this work could inform the translation of recommendations in the Guide to Community Preventive Services into public health practice? (2) Scientific and Technical Merit The overall strength and rationale of the proposed scientific and technical methods, including the extent to which the offeror has addressed the following items: • How effectively does the offeror describe plans for assembling a team of researchers with experience conducting systematic reviews of interventions to improve health? • How effectively does the offeror describe the proposed approach to clearly specifying the scope and conceptualization of the interventions and any key effect modification variables? • How effectively does the offeror describe the proposed approach for conducting a thorough literature search and for efficiently screening the results for interventions that meet the specified inclusion criteria? • How effectively does the offeror describe the proposed approach to abstracting the relevant information from the qualifying studies, and for synthesizing the results in a way that can clearly and efficiently communicate the available information on intervention effectiveness to the Task Force and to other audiences? • How effectively does the offeror describe plans for developing reports and delivering presentations to widely disseminate the results of these analyses to public health professionals, policymakers, and the media, and to train students and public health professionals in the methods used in these analyses? • How well does the offeror describe plans for developing reports, delivering presentations, and web-based summaries to widely disseminate the results of these analyses to researchers, funding agencies, public health professionals, policymakers, and other important audiences? • Does the offeror describe their approach to collaborating closely with CDC to conduct these tasks so as to keep their activities consistent with CDC's original intent of the announcement? • Does the offeror present a time line that identifies each major task, and that demonstrates the offeror's commitment to feasibly perform the project tasks within 24 months? (3) Prior Experience and Organizational Capacity The offeror's capabilities, related experience, facilities, techniques, or the unique combinations of any of these qualifications are integral factors for achieving the proposal objectives, including the extent to which the offeror has addressed the following: • To what extent is the offeror experienced in conducting systematic reviews of interventions to improve health? • Does the offeror have access to an experienced research librarian with access to adequate infrastructure to efficiently search necessary databases and obtain necessary documents? • How effectively does the offeror propose to use review management software and other technology to improve the efficiency or accuracy of the review process? • How well does the offeror describe their experience developing reports and delivering presentations on the results of systematic reviews? • How well does the offeror describe their experience developing user-friendly summaries of the results of systematic reviews? • Does the offeror identify what tasks will be performed by which party and why each subcontractor, if any, was selected to perform its task(s)? • Does the offeror provide a description of the support that they will receive from their organizational leadership in conducting this research? • Does the offeror have access to other institutional support services that can help assure the success of this project, as well as the availability of special technical expertise in their organization related to the conduct of systematic reviews? (4) Cost Realism The reasonableness and realism of proposed costs and fees (if any), including the extent to which the applicant has addressed the following items: • Does the offeror provide a detailed and clear budget that demonstrates a realistic understanding of the scientific and technical tasks to be performed in all phases of this project? • Does the proposed budget not exceed the estimated $1,000,000 in funding that is available for this project? The evaluation criteria in descending order of importance are as follows: • Scientific and Technical Merit • Prior Experience and Organizational Capacity • Public Health Importance • Cost Realism Administrative Proposal The Contracting Officer will review the administrative section of the proposal for compliance. Proposal Comparisons Each proposal will be evaluated based on the merit and relevance of the specific research proposed as it relates to the overall CDC mission rather than against other proposals for research in the same general area.   PART VI - PROPOSAL FORMS List of Attachments Number of Pages (1) Research Proposal Cover Page 1 (2) Disclosure Requirement and Evaluation Policy Understanding: Policy Statement, Statement of Disclosure Concurrence, and Statement of Evaluation Policy Understanding 2 (3) Representations, Certifications and Other Statements of Offerors 11 RESEARCH PROPOSAL COVER PAGE 1. To: 2. CDC Topic Area CDC Procurement and Grants Office (PGO) Attn: Kristopher Lemaster, Contracting Officer 2920 Brandywine Road, MS K-69 Atlanta, GA 30341 3. From (name and address of offeror): 4. Government Point of Contact During Technical Dialog 5. Type and Size of Business: 0 Large 0 Individual 0 Partnership 0 Small Business 0 SDB 0 Women-Owned SB 0 Corporation, incorporated in state of: 6. CAGE: 7. DUNS: 8. TIN: 9. Proposal Title: 10. Requested Start Date: 11. Total Proposed Contract Value: 12. Requested Duration: 13. Proposal Valid Until (minimum six months): 14. Type of Contract Proposed: 0 Firm Fixed Price (<$150K) 0 Cost Plus Fixed Fee 0 Cost, No Fee 0 Cost Sharing 15. Address to Which Payment Shall Be Mailed (if different from Block 4): 16. Offeror's technical representative authorized to conduct negotiations (Principal Investigator): 17. Offeror's administrative representative authorized to conduct negotiations: Name Primary Alternate Telephone No. Name Primary Alternate Telephone No. 18. Proposal Contents (if not applicable, enter "N/A" under Page): Page Technical Section Page Administrative Section Page Cost Section Proposed Research Contract Type Detailed Cost Estimate Breakdown Potential Contribution Organizational Conflicts of Interest Offeror's Qualifications Security Issues Personnel Disclosure Requirement and Evaluation Policy Understanding: Policy Statement, Statement of Disclosure Concurrence, and Statement of Evaluation Policy Understanding (see Attachment (2)) Past Performance Draft Description of Work Representations, Certifications and Other Statements of Offerors or Quoters (see Attachment (3)) 19. Authorized Representative: Typed Name: ______________________________ Title: _____________________________________ Signature: __________________________________ Date signed: ________________________________ Attachment (1) DISCLOSURE REQUIREMENT AND EVALUATION POLICY UNDERSTANDING POLICY STATEMENT CDC has a continuing interest in receiving and evaluating proposals containing new ideas, suggestions for researching ways to enhance the state-of-the-art in public health. However, Government personnel and contractors are constantly engaged in R&D activities, and the substance of your proposal may already be known to Government employees or contractors, or may even be in the public domain. For such reasons it is desirable, when receiving proposals for evaluation, to insure that the persons submitting them are aware of the conditions under which the CDC will consider them. It must be understood that the receipt and evaluation of the proposal by CDC does not imply a promise to pay, recognition of novelty or originality, or any relationship, which might require the Government to pay for use of information to which it is otherwise lawfully entitled. Due care will be exercised to ensure that, in addition to technical design or concept data submitted, administrative and cost data will not be used by the Government for any purpose other than evaluation of the proposal. Administrative and cost data will not be disclosed to non-Government participants. Additionally, such data will not be disclosed outside the Government or be duplicated, used or disclosed in whole or in part by the Government, except for tracking and record purposes or to evaluate the proposal. This restriction does not limit the Government's right to use information contained in such data if it is obtained from another source, or is in the public domain. All research proposals will be treated as privileged information before award and contents will only be disclosed for purposes of evaluation. Your voluntary submission will be handled in accordance with established Government procedures for safeguarding such articles or information against unauthorized disclosure. All Government reviewers will be made aware that proposals sent to them are not to be duplicated, used, or disclosed in whole or in part for any purpose other than to evaluate the proposal, without the written permission of the offeror. You should be aware that, despite all precautions, we may be able to protect the confidentiality of proposal only to the extent that it is exempt from disclosure under the Freedom of Information Act (see FAR Subpart 24.2). Upon receipt, your proposal will be submitted to the appropriate technical experts for evaluation. Your proposal will undergo initial review within sixty (60) days after receipt. If additional time for this review is required, you will be notified in writing. Processing of proposals not declined as a result of the initial review may require as much as 120 days. Having read and understood the above policy, please execute and submit the following statements: STATEMENT OF DISCLOSURE PREFERENCE 0 This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this proposal. If, however, if a contract is awarded to this offeror as a result of - or in connection with -- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. 0 The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]: ________________ ____________________________________ ____________________________________. 0 All data contained in this proposal are subject to this restriction. 0 Permission is hereby granted to CDC to evaluate this proposal, which may include evaluation by evaluators both within and outside the Government, with the understanding that written agreement not to disclose this information shall be obtained from any non-Government evaluator. STATEMENT OF UNDERSTANDING OF EVALUATION POLICY It is understood that CDC has accepted the above proposal for the purpose of evaluating it and advising of any possible interest. It is further understood that such acceptance does not imply or create a promise to pay; an obligation to give up any legal right or to assume any duty; a recognition of novelty, originality or priority; or any relationship, contractual or otherwise, such as would render the Government liable to pay for or give up any legal right or assume any obligation for disclosure or use of any information in the proposal to which the Government would otherwise lawfully be entitled. Company or Corporation Name: Proposal Title: Signature: Name and Title/Position of Authorized Rep Signing: Date: BAA Number: REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS OR QUOTERS A. The following FAR provision must be completed ONLY if the proposed contract type is firm fixed price: 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) (a) The offeror certifies that (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; (2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory (1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or (2)(i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above _______________________________________ (insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization); (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) above have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above. (c) If the offeror deletes or modifies subparagraph (a)(2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. {End of provision} B. The following FAR and DFARS provisions must be completed by ALL offerors. 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEPT 2007) (a) Definitions. As used in this provision-"Lobbying contact" has the meaning provided at 2 U.S.C. 1602(8). The terms "agency," "influencing or attempting to influence," "officer or employee of an agency," "person," "reasonable compensation," and "regularly employed" are defined in the FAR clause of this solicitation entitled "Limitation on Payments to Influence Certain Federal Transactions" (52.203-12). (b) Prohibition. The prohibition and exceptions contained in the FAR clause of this solicitation entitled "Limitation on Payments to Influence Certain Federal Transactions" (52.203-12) are hereby incorporated by reference in this provision. (c) Certification. The offeror, by signing its offer, hereby certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on its behalf in connection with the awarding of this contract. (d) Disclosure. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (e) Penalty. Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by 31 U.S.C. 1352.Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure required to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. (End of provision) 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) (a) Definitions. Common parent, as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. Taxpayer Identification Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C.7701(c) and 3325(d), reporting requirements of 26 U.S.C.6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C.7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN). 0 TIN: ___________________________ 0 TIN has been applied for. 0 TIN is not required because: 0 Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; 0 Offeror is an agency or instrumentality of a foreign government; 0 Offeror is an agency or instrumentality of the Federal Government. (e) Type of organization. 0 Sole proprietorship; 0 Partnership; 0 Corporate entity (not tax-exempt); 0 Corporate entity (tax-exempt); 0 Government entity (Federal, State, or local); 0 Foreign government; 0 International organization per 26 CFR 1.6049-4; 0 Other ______________________________________ (f) Common parent. 0 Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. 0 Name and TIN of common parent: Name _________________________________________________ TIN __________________________________________________ {End of provision} 52.204-5 WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS) (MAY 1999) (a) Definition. Women-owned business concern, as used in this provision, means a concern that is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. (b) Representation. [Complete only if the offeror is a women-owned business concern and has not represented itself as a small business concern in paragraph (b)(1) of FAR 52.219-1, Small Business Program Representations, of this solicitation.] The offeror represents that it 0 is a women-owned business concern. {End of Provision} 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS number or "DUNS+4" that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and ZIP Code. (iv) Company mailing address, city, state and ZIP Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (End of provision) 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (APR 2010) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are o are not o presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have o have not o, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); (C) Are o are not o presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; (D) Have o, have not o, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has o has not o, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of provision) 52.215-6 PLACE OF PERFORMANCE (OCT 1997) (a) The offeror or respondent, in the performance of any contract resulting from this solicitation, 0 intends, 0 does not intend [check applicable block] to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information. (b) If the offeror or respondent checks "intends" in paragraph (a) of this provision, it shall insert in the following spaces the required information: Place of performance (Street address, City, County, State, Zip code) Name and address of owner and operator of the plant or facility if other than offeror or quoter {end of provision} 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2011) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is ________________ [insert NAICS code]. (2) The small business size standard is _____________ [insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it o is, o is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that- (i) It o is, o is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: __________.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that- (i) It o is, o is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It o is, o is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of provision) Alternate I (Apr 2011). As prescribed in 19.309(a)(2), add the following paragraph (b)(9) to the basic provision: (9) [Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.] The offeror shall check the category in which its ownership falls: _____ Black American. _____ Hispanic American. _____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). _____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). _____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). _____ Individual/concern, other than one of the preceding. {End of provision} 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that - (a) It 0 has, 0 has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It 0 has, 0 has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.16. {end of provision} 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) The offeror represents that (a) it 0 has developed and has on file, 0 has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) it 0 has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. {end of provision} 52.226-2 HISTORICALLY BLACK COLLEGE OR UNIVERSITY AND MINORITY INSTITUTION REPRESENTATION (OCT 2008) (a) Definitions. As used in this provision- "Historically black college or university" means an institution determined by the Secretary of Education to meet the requirements of 34 CFR 608.2. For the Department of Defense, the National Aeronautics and Space Administration, and the Coast Guard, the term also includes any nonprofit research institution that was an integral part of such a college or university before November 14, 1986. "Minority institution" means an institution of higher education meeting the requirements of Section 365(3) of the Higher Education Act of 1965 (20 U.S.C. 1067k), including a Hispanic-serving institution of higher education, as defined in Section 502(a) of the Act (20 U.S.C. 1101a). (b) Representation. The offeror represents that it- __ is __ is not a historically black college or university; __ is __ is not a minority institution. (End of provision) 52.227-6 ROYALTY INFORMATION (APR 1984) (a) Cost or charges for royalties. When the response to this solicitation contains costs or charges for royalties totaling more than $250, the following information shall be included in the response relating to each separate item of royalty or license fee: (1) Name and address of licensor. (2) Date of license agreement. (3) Patent numbers, patent application serial numbers, or other basis on which the royalty is payable. (4) Brief description, including any part or model numbers of each contract item or component on which the royalty is payable. (5) Percentage or dollar rate of royalty per unit. (6) Unit price of contract item. (7) Number of units. (8) Total dollar amount of royalties. (b) Copies of current licenses. In addition, if specifically requested by the Contracting Officer before execution of the contract, the offeror shall furnish a copy of the current license agreement and an identification of applicable claims of specific patents. {end of provision} 52.230-1 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (OCT 2008) Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III. Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract. If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903.201-2(c)(5) or 9903.201-2(c)(6), respectively. I. DISCLOSURE STATEMENT-COST ACCOUNTING PRACTICES AND CERTIFICATION (a) Any contract in excess of $650,000 resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201-1. (b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision. Caution: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data. (c) Check the appropriate box below: [ ] (1) Certificate of Concurrent Submission of Disclosure Statement. The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows: (i) Original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable; and (ii) One copy to the cognizant Federal auditor. (Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation.) Date of Disclosure Statement: _________________________ Name and Address of Cognizant ACO or Federal Official Where Filed: _______________________________________ The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement. [ ] (2) Certificate of Previously Submitted Disclosure Statement. The offeror hereby certifies that the required Disclosure Statement was filed as follows: Date of Disclosure Statement: _________________________ Name and Address of Cognizant ACO or Federal Official Where Filed: _______________________________________ The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement. [ ] (3) Certificate of Monetary Exemption. The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately. [ ] (4) Certificate of Interim Exemption. The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and (ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a revised certificate to the Contracting Officer, in the form specified under paragraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement. Caution: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost accounting period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded. II. COST ACCOUNTING STANDARDS-ELIGIBILITY FOR MODIFIED CONTRACT COVERAGE If the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause. o The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately. Caution: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more. III. ADDITIONAL COST ACCOUNTING STANDARDS APPLICABLE TO EXISTING CONTRACTS The offeror shall indicate below whether award of the contemplated contract would, in accordance with paragraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts. o Yes o No (End of provision) Alternate I (Apr 1996). As prescribed in 30.201-3(b), add the following paragraph (c)(5) to Part I of the basic provision: o (5) Certificate of Disclosure Statement Due Date by Educational Institution. If the offeror is an educational institution that, under the transition provisions of 48 CFR 9903.202-1(f), is or will be required to submit a Disclosure Statement after receipt of this award, the offeror hereby certifies that (check one and complete): o (i) A Disclosure Statement Filing Due Date of _____________ has been established with the cognizant Federal agency. o (ii) The Disclosure Statement will be submitted within the 6-month period ending _________ months after receipt of this award. Name and Address of Cognizant ACO or Federal Official Where Disclosure Statement is to be Filed: __________________________________________________ __________________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/000HCPK1-2011-98454 /listing.html)
 
Place of Performance
Address: 2500 Century Boulevard (Century Center), Atlanta, Georgia, 30345, United States
Zip Code: 30345
 
Record
SN02477904-W 20110623/110621234436-5d00b5169aec0564e54cd13f1dff4065 (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.