Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2022 SAM #7386
SOLICITATION NOTICE

R -- National Immunization Survey (NIS) 2022-2028

Notice Date
2/17/2022 5:39:01 AM
 
Notice Type
Presolicitation
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
75D301-22-R-72148_presolicitation
 
Response Due
4/11/2022 1:30:00 PM
 
Point of Contact
Joshua Houston
 
E-Mail Address
pkf5@cdc.gov
(pkf5@cdc.gov)
 
Description
National Immunization Survey (NIS) 2022-2028 This is a presolicitation notice issued on February 17, 2022, by the Centers for Disease Control and Prevention (CDC) in accordance with Federal Acquisition Regulation (FAR) section 5.204. This is not a solicitation announcement and no solicitation documents are attached to this notice. The purpose of this notice is to publicize an upcoming solicitation. No proposals are requested or will be reviewed in response to this notice. The information provided in this presolicitation is for informational purposes only. If there are any differences in the information provided here and the information provided in the actual solicitation when released, the information provided in the actual solicitation shall govern. Interested parties are responsible for checking this website regularly for release of the solicitation and for any other acquisition-related notices or documents. Proposed Solicitation Number 75D301-22-R-72148 Description The National Center for Immunization and Respiratory Diseases (NCIRD), Immunization Services Division (ISD), a center of the Centers for Disease Control and Prevention (CDC) of the United States Department of Health and Human Services (DHHS), requires the planning and conduct of the National Immunization Survey (NIS) for the 2023-2027 NIS data collection cycle. The National Immunization Survey (NIS) portfolio consists of a family of telephone surveys. These surveys include: NIS-Child, NIS-Teen, and NIS-Flu. The NIS also includes additional vaccination-related survey modules, as needed, and evaluation projects to improve efficiency (e.g., integration with immunization information systems [IIS]), quality, and validity of the NIS. The incumbent contract for this requirement is contract no. HHSD200201896379I, awarded to the National Opinion Research Center, 55 East Monroe Street, 30th Floor, Chicago, IL 60603. CDC contemplates awarding a single-award, indefinite-delivery indefinite-quantity (IDIQ) contract for this requirement. A total of 20-25 task orders are estimated to be issued over the life of this contract. Orders issued under this contract may be firm-fixed-price or cost-plus-fixed-fee, and the ordering period for this contract will be September 1, 2022, through December 31, 2028. The Government shall place orders totaling a minimum of $10,000 over the life of the contract. The maximum amount of all orders placed under this contract shall not exceed $310 million. The place of performance will be the vendor�s site(s). The objective of the NIS is to produce annual estimates of the proportion of noninstitutionalized children 19 through 35 months and 13 through 17 years receiving vaccinations recommended by the Advisory Committee for Immunization Practices (ACIP), in each of the nonoverlapping Local Sampling Areas (LSAs).� It is also intended to describe sociodemographic disparities in vaccination coverage, factors that influence the vaccination status of children, the uptake of newly recommended vaccines, and how information about immunization is understood by the public.� The objective for other related activities is to:� assess influenza vaccination utilization and related information during annual influenza seasons; assess additional vaccination-related information regarding children or adults of any age in response to emerging program needs; and improve efficiency, quality and validity of NIS. The NIS�objectives will be achieved through�the�issuance of orders to conduct survey activities that are organized into the following subject areas:� NIS Child.� Collection of�vaccination data for children aged 19-35 months in each of at least 56 state and selected local areas of the United States.� NIS-Teen.� Collection of vaccination data for adolescents aged 13-17 years using the same sample as the NIS-Child, in each of at least 56�state and selected local areas of the United States. Influenza Vaccination Surveys.� Collection of data related to influenza vaccination among persons of all ages. Additionally,�expanded approaches�to be�implemented as needed in emergent situations (e.g., pandemic influenza and COVID-19, shortage of influenza vaccine). Optional Vaccination-related Modules.� Collection of additional vaccination-related data for children eligible for the NIS-Child or NIS-Teen, NIS-Flu, or from other age groups of children or adults, using the same sample as the NIS-Child, or using separate, stand-alone sampling frames. Operational Methods Evaluation.� Evaluation to improve efficiency, quality, and validity of the NIS. Procedures to be used in Awarding the Contract This solicitation will be conducted using the procedures of FAR Subpart 15.3. This will be a full and open competition. All responsible sources may submit a proposal which shall be considered by the agency. A written request for proposals (RFP) will be published on SAM.gov on March 7, 2022. Hardcopies of the solicitation will not be issued. This acquisition is being conducted in two phases. Prior to the submission of Phase I proposals, prospective offerors will be encouraged to attend a pre-proposal conference on March 28, 2022, from 3:00pm to 4:30pm Eastern time, which will be conducted through a Zoom webinar. Further information about the pre-proposal conference, including a registration link, will be published with the RFP. In Phase I, offerors will submit a single volume describing their corporate experience performing requirements similar to the NIS and capabilities to perform the NIS. Phase I proposals will be due April 11, 2022. After the Government evaluates Phase I proposals, the Government will issue advisory downselect notices to all offerors who submitted a Phase I proposal. The advisory downselect process is designed to reduce the costs and burden to industry to participate in the earliest phase of the acquisition while providing an opportunity for offerors who stand little to no chance of receiving an award to minimize their bid and proposal costs by not continuing to Phase II. Offerors remaining in the competition following the advisory downselect will have the opportunity to participate in a one-on-one discovery session with the Government and submit additional written questions prior to submitting Phase II proposals. Phase II proposals will be due June 10, 2022, and will include the offeror�s technical and price proposals for the first four task orders to be awarded under the contract. The Government intends to make an award without discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. This is a best value acquisition using a tradeoff process. The Government will evaluate three factors: technical, past performance, and price. The technical factor has six sub-factors: corporate experience and capabilities; technical approach and understanding; staffing; management; small business subcontracting plan; and transition-in. The non-price factors, when combined, are significantly more important than price. Of the non-price factors, technical is the most important, followed by past performance. Within the technical factor, corporate experience and capabilities is the most important, followed by technical approach and understanding, followed by the four remaining sub-factors: staffing, management, small business subcontracting plan, and transition-in, which are of equal importance to each other. The Government intends to make an award of this contract and the first four task orders on or about August 18, 2022. These dates are provided for informational and planning purposes only and may be changed at the Government�s discretion without prior notice. NAICS Code The North American Industry Classification System (NAICS) code is 541910, Marketing Research and Public Opinion Polling, with a small business size standard of $16.5 million. Set aside This acquisition is not set aside for small business concerns. Contracting Office Address and Point of Contact The Contracting Office for this requirement is: Centers for Disease Control and Prevention (CDC) Office of Acquisition Services (OAS) 2900 Woodcock Blvd, MS TCU-4 Atlanta, GA 30341-4004 The Contract Specialist for this requirement is Joshua Houston and the Contracting Officer is Pellumbeshe Hoxhaj. Any communication regarding this requirement must be sent to Joshua Houston, Contract Specialist, at pkf5@cdc.gov. No phone calls or phone call requests will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d72406acc9b04bacbc7b562b1089b84d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06245705-F 20220219/220217230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
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.