Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
SOURCES SOUGHT

R -- HRSA MCHB Newborn Screening Clearinghouse

Notice Date
3/27/2018
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
HRSA_MCHB_Newborn_Screening_Clearinghouse
 
Archive Date
4/25/2018
 
Point of Contact
Anne Marie Stephan, Phone: 3014434581
 
E-Mail Address
astephan@hrsa.gov
(astephan@hrsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide content for a government website that will serve as a newborn screening clearinghouse. This project will include the following: 1. develop and manage content on newborn screening for posting on HRSA-hosted website; Content shall increase awareness, knowledge and understanding of newborn screening among parents and family members of newborns, health professionals, industry representatives, and other members of the public; 2. develop and maintain current educational and family support and services information, materials, resources, research, and data on newborn screening to increase awareness of newborn screening policies for a clearinghouse website; 3. track information on newborn screening including number of conditions screened in each state; 4. collect available evidence-based guidelines related to diagnosis, counseling, and treatment with respect to conditions detected by newborn screening for dissemination through a clearinghouse website; 5. develop web page designs for a clearinghouse website which will be hosted on HRSA's website; work with HRSA's Office of Communications to build website; 6. develop criteria for vetting newborn screening resources and linkages to non-federal resources for posting on HRSA's website; The Contractor will be required to: 1. provide expertise on newborn screening practices, policies, and educational materials in support of the Maternal and Child Health Bureau's activities for the Newborn Screening Saves Lives Act of 2015; 2. provide expertise on public-facing, user-friendly website development; 3. develop toolkits, assessments, briefs, best practices, case studies, reports, and training materials; Qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one (address each separately) of the following requirements: 1. Provide knowledge and expertise in newborn and child medical/genetic conditions and associated clinical information, screening practices, treatment, public health impact; 2. Ability to supply personnel with adequate academic, professional and technical experience related to the purposes of the project including newborn screening expertise, educating families, and website design. 3. Provide knowledge and expertise on how an interactive, web-based forum can be organized in a clear format for multiple audiences that promotes information sharing and dissemination of authoritative and/or evidence-based materials. These materials include consumer friendly informational and educational materials; community training initiatives; health care provider educational materials; newborn screening best practices and guidelines; and other information and tools that promote culturally sensitive education and decision-making regarding newborn screening for heritable disorders. 4. Provide evidence-based guidelines related to diagnosis, counseling, and treatment with respect to conditions detected by newborn screening. 5. Provide content to parents and family members of newborns, expectant individuals and families, health professionals, industry representatives, and other members of the public to increase their awareness, knowledge and understanding of newborn screening; 6. Provide information about newborn conditions and screening services available in each State from laboratories including information about supplemental screening that is available but not required, in the State where the infant is born; 7. Produce high quality reports, presentations, training documents and other deliverables using non-technical language at grade 8th or lower; 8. Provide links to Government-sponsored, non-profit, and other Internet websites of laboratories that have demonstrated expertise in newborn screening that supply research-based information on newborn screening tests currently available throughout the United States; and 9. Collaborate with federal staff and stakeholders from diverse organizations and with different backgrounds. Contract performance shall be at the Contractor's location. A firm-fixed price contract is anticipated for 12 months with four 12-month option periods. This is a new requirement. The NAICS Code is 541990, with a small business size standard of $15m. Interested potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 20 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541990 (size standard $15m) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). Additional information on NAICS codes can be found at www.sba.gov 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) database (http://www.sam.gov) in order to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received via email by the Contract Specialist named below not later than 12:00 PM Eastern Standard time on Tuesday, April 10, 2018 for consideration. Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications or for information that will enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Anne Stephan Contract Specialist Health Resources and Services Administration 5600 Fishers Lane, 14W17A Rockville, MD 20857 email: astephan@hrsa.gov phone: 301-443-4581
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/991f3c729d30c830891e46ad4fb0bd79)
 
Place of Performance
Address: contractor's location; some visits to HRSA Headquarters located at 5600 Fishers Lane, Rockville, MD 20857, United States
Zip Code: 20857
 
Record
SN04868169-W 20180329/180327231436-991f3c729d30c830891e46ad4fb0bd79 (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.