RFP No. NIH-NHLBI-DR-00-03

"Dental, Oral and Craniofacial Data Resource Center"

Request for Proposal No.: NIH-NHLBI-DR-00-03
Issue Date: August 12, 1999
Issued By: Kristiane E. Cooper, Contracting Officer
NIH/NHLBI
Contracts Operations Branch
6701 ROCKLEDGE DR MSC 7902
BETHESDA MD 20892-7902
Purchase Authority: Public Law 95-83, as amended
Small Business Set-Aside: No; SIC 8731
Proposal Intent Due Date: September 13, 1999
Proposal Due Date: October 12, 1999, 4:30 PM (Eastern Time)


Ladies and Gentlemen:

The National Heart, Lung, and Blood Institute (NHLBI) is soliciting proposals on behalf of The National Institute of Dental and Craniofacial Research (NIDCR) for the purpose of developing, establishing, and maintaining a dental, oral and craniofacial data resource center to serve as a resource for NIDCR staff and key partners of the Institute. The NIH anticipates a cost-reimbursement contract will be awarded for a period of 5 years.

This Streamlined Technical Request For Proposal (RFP) consists of this combined solicitation form and cover letter (PART A), and three additional components, as follows:

  1. Work Statement;
  2. Reports/Deliverables;
  3. Evaluation Factors for Award with Technical Evaluation Criteria;

These components contain the technical information required for the submission of a proposal for this acquisition. In addition, there are two other sections in this specific RFP. The section entitled "Specific RFP Instructions and Provisions" contains, for example, the address for delivery of your proposal. The section entitled "Applicable RFP References" lists those items in the STREAMLINED RFP REFERENCES directory that apply to this RFP, including forms for submission of the proposal. The Streamlined RFP references directory is located at URL: http://www4.od.nih.gov/ocm/contracts/rfps/mainpage.htm.

Although these documents contain sufficient information for you or your organization to submit a proposal, if you intend to submit a proposal in response to this RFP, IT IS ESSENTIAL THAT YOU IMMEDIATELY NOTIFY KRISTIANE E. COOPER, CONTRACTING OFFICER, AT THE FOLLOWING INTERNET ADDRESS:

kc116y@nih.gov

IF YOU DO NOT NOTIFY THE CONTRACTING OFFICE OF YOUR INTENT TO SUBMIT A PROPOSAL, YOU WILL NOT RECEIVE AN INDIVIDUAL NOTICE OF ANY AMENDMENTS TO THE RFP, IF ANY ARE ISSUED. HOWEVER, ALL AMENDMENTS WILL BE POSTED ON THE NIH WEB SITE.

The original and fifteen (15) copies of your technical proposal and the original and six (6) copies of your business proposal and one Electronic Business Proposal Spread Sheet (EXCEL Spread Sheet) on disk must be received by the Contracting Office no later than October 12, 1999, 4:30 P.M. (Eastern Time) at the address listed in the item entitled "Packaging and Delivery of Proposals". Also, please complete the form entitled "Proposal Intent Response Sheet" and send it to the address indicated therein on or before September 13, 1999. This will allow us to expedite preparations for the peer review of proposals. Your proposal must be organized and submitted in accordance with the "Technical Proposal Table of Contents." These items are found under the "Specific RFP Instructions and Provisions" portion of this RFP, which follows the technical evaluation criteria section.

You are reminded that the "Technical Proposal Cover Sheet" must be completed in full detail and used as the cover sheet for each copy of your technical proposal. (This form is contained in the NIH WEB site under the FORMS, FORMATS, AND ATTACHMENTS file found in STREAMLINED RFP REFERENCES.) This information will be used to ensure that there will be no conflict of interest when selecting review committee members.

Your offer will be valid for 120 days unless a different period is specified by the offeror on the form entitled, "Proposal Summary and Data Record, NIH 2043" also located at the site for FORMS, FORMATS, AND ATTACHMENTS.

NOTE: IF YOUR PROPOSAL IS NOT RECEIVED BY THE CONTRACTING OFFICER OR DESIGNEE AT THE PLACE AND TIME SPECIFIED, THEN IT WILL BE CONSIDERED LATE AND HANDLED IN ACCORDANCE WITH THE PHS CLAUSE 352.215-10 ENTITLED, "LATE PROPOSALS, MODIFICATIONS OF PROPOSALS, AND WITHDRAWALS OF PROPOSALS". The full text is in the Optional RFP Instructions and Provisions file of the Streamlined RFP References Directory. If you have any additional questions regarding this RFP, please contact Ms. Kristiane E. Cooper through the Internet using the electronic mail address kc116y@nih.gov, or phone (301) 402-6462, fax (301) 480-3338. Collect calls will not be accepted.

The submission of the proposal using facsimile or electronic mail is not authorized.

NOTE: DIRECTIONS FOR ACCESSING THE "STREAMLINED RFP REFERENCES" REFERRED TO THROUGHOUT THIS RFP ARE AS FOLLOWS:

After reviewing this Request For Proposal, type in URL: http://www4.od.nih.gov/ocm/contracts/rfps/mainpage.htm.

In this directory, entitled "NIH Request For Proposals Directory", following the list of NIH Institutes by name, is the section entitled "STREAMLINED RFP REFERENCES". Select (click on) each section you wish to review:

"STANDARD RFP INSTRUCTIONS AND PROVISIONS" for proposal preparation instructions and other standard provisions,

"OPTIONAL RFP INSTRUCTIONS AND PROVISIONS" for the special provisions identified in this specific RFP,

"FORM, FORMATS, AND ATTACHMENTS" to download the forms listed in this specific RFP that you will need to submit a proposal,

"REPRESENTATIONS AND CERTIFICATIONS" to download and complete the representations and certifications that must be submitted with your proposal, and

"SAMPLE CONTRACT CLAUSES-GENERAL" to view some of the clauses that are typical for inclusion in a Research and Development type contract issued by NIH.

Sincerely,
/s/
Ms. Kristiane E. Cooper
Contracting Officer


  1. WORK STATEMENT

    INTRODUCTION AND BACKGROUND

    The objective of the project is to develop and implement a Dental, Oral, and Craniofacial Data Resource Center. The Data Resource Center is designed to serve as a resource for NIDCR staff and key partners of the Institute; to be used for policy assessment and development; program presentation, planning and evaluation; documentation of the rationale for scientific opportunities; and special project needs.

    The mission of the National Institute of Dental and Craniofacial Research (NIDCR) is to improve and promote dental, oral, and craniofacial health through research. Important to this mission is to understand the magnitude and impact of diseases and conditions affecting the craniofacial structures.

    In its strategic plan entitled Shaping the Future, the Institute identified as one of several major goals under its health promotion initiative that of increasing " the capacity to assess and be more responsive to changing health needs and disease trends." Three objectives are associated with this goal:

    The NIDCR needs data and information to support research, program evaluation and policy efforts directed towards these objectives. The Institute is the prime organization in the nation responsible for biomedical and behavioral research directed towards improving health through research on oral, dental and craniofacial health and disease. This includes large-scale and tailored epidemiologic investigations and research related to the development of epidemiologic diagnostic measures, study designs and analyses.The Institute is also the co-lead with the Division of Oral Health, Centers for Disease Control and Prevention (CDC) for the national Healthy People 2000 and 2010 health promotion and disease prevention objectives. Surveillance and monitoring health and program relevant data are required to track progress and to reassess the targets set for these objectives. Additionally, the NIDCR has tried to work collaboratively to develop and make available data and information to assist other Federal programs in meeting their missions relative to oral health, and to be of assistance to the broader extramural research and professional communities and to voluntary organizations.

    The initial steps in developing the Data Resource Center are described in some detail in following sections of this document. However it is important to understand both NIDCR's vision for such a Center and its expectation that the Center will evolve over the course of this proposed five year contract effort. First, while it is recognized that national data are and will remain important, it is also recognized that for many conditions affecting the dental, oral and craniofacial structures, special population studies will be needed. In addition, in order to pursue research directed towards eliminating health disparities and in recognition of the increasing responsibility for health being assumed by individual states, there is an increasing need for data at the state and local area levels. While initial efforts will concentrate on acquiring and preparing national data sets for analytic purposes, continuing attention must be given to determining how data from other sources, such as state, local, or specific populations, can be included in the Center. Increasingly, knowledge of relevant demographic information, programs, activities, or resources available at the local level will be required to place epidemiologic data in the proper context. For example, information regarding community water fluoridation, dental sealant programs, dentist and/or physician-to-population ratios, state dental practice act provisions, tobacco and alcohol legislative provisions, and Medicaid coverage for specific conditions could be important considerations. At the individual subject level, information about the inter-relationship between oral health and systemic health is of ever increasing importance.

    It is also recognized that existing data sources relevant to diseases and disorders of the craniofacial, oral, and dental tissues and structures have not been fully identified, or have not been completed, exploited or integrated.

    Oral, craniofacial, and dental diseases and disorders include a wide variety of conditions. Examples include infectious diseases, such as dental caries, periodontal disease, and herpes type 1; neoplastic diseases such as head and neck cancers; craniofacial anomalies, such as birth defects (cleft lip/palate) and those resulting from injuries to the face and head; and chronic conditions such as autoimmune diseases (including Sjögren's syndrome and others), temporomandibular disorders, and the oral manifestations of osteoporosis. The population data of relevance to the research, program evaluation, and policy needs of the NIDCR include: health status, population behavior, knowledge and attitudes, utilization of medical and dental care services, economic and service cost data, health care systems data, community-based and person-based data, national, state and local data, demographic data, morbidity, disease prevalence and incidence data, program evaluation and prevention data, and health workforce and education data.

    There also is a recognition that unless relevant data and information can be made readily available to users including researchers, policy makers, program evaluators, dental practitioners and the public their value is diminished. It is for this reason that special effort should be devoted to assessing the feasibility of the development of an effective Web-based query system. While the NIDCR and others will continue to actively explore advances in epidemiologic and survey research, what has already been learned and developed in terms of proven methods, standards, survey items, and procedures also needs to be documented, archived and made easily accessible to others.

    Therefore, in order to meet its own needs and in recognition of the data and information needs of other PHS agencies, the NIDCR, in initial collaboration with the CDC/DOH, wishes to establish the Dental, Oral and Craniofacial Data Resource Center. The Center will operate with the guidance and advice of an Oversight Committee that will be established and managed by the NIDCR.

    Contractor's staff shall need to be readily accessible to NIDCR investigators and to be able to spend time at the facilities of and participate in meetings at the NIDCR in Bethesda, MD. Occasional meetings also shall be held in the CDC/DOH facilities in Atlanta, GA.


    STATEMENT OF WORK

    SPECIFIC REQUIREMENTS AND TASKS

    1. OBJECTIVES

      Independently, and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work as set forth below.

      Performance of work to develop, establish and maintain a Dental, Oral, and Craniofacial Data Resource Center, henceforth referred to as (DRC), consists of the following tasks:

      1. Generate a catalogue of all existing relevant databases
      2. Develop an archive of procedure and methods used in oral surveys
      3. Evaluate selected databases for purposes of acquisition and analysis
      4. Acquire selected databases and related documents used in dental, oral, and craniofacial surveys
      5. Study the feasibility of web-based query system development, evaluate recommended options, and if approved, produce and install system
      6. Develop an annual report of health statistics
      7. Produce other reports and responses
      8. Facilitate management of the DRC Oversight Committee
      9. Conduct transfer of activities

      These activities will support projects designed by the staffs of the NIDCR, CDC/DOH and others as designated by the Institute. In addition, the contractor's staff shall be expected to collaborate with NIDCR staff and spend time on the NIH campus and elsewhere as needed. The capacity for timely and rapid response to requests for information is a prerequisite. Procedures for ensuring complete confidentiality of data, adherence to privacy regulations, systems security, and the appropriate use of data consistent with informed consent are required.

      While contract tasks are presented in sequential pattern some will need to be performed in parallel. Subsequent to the initial contract year this proposal assumes level funding throughout and offerors shall need to provide timelines and staging diagrams to describe levels of effort devoted to various activities as the DRC develops and matures.

    2. SPECIFIC TECHNICAL REQUIREMENTS

      Task#1: Generate A Catalogue Of All Existing Relevant Databases

      The contractor shall develop and maintain a catalogue of all existing and available databases which are of relevance to oral, dental and craniofacial diseases and conditions, and determine the requirements for access to and use of those databases. The catalogue shall be produced and provided to NIDCR in an electronic format within 8 months of the effective date of the contract and shall be fully prepared for installation on the NIDCR home page by the end of the12th month of the effective date of the contract. Subsequent updates to the catalogue shall be made every 6 months.

      Specifically the contractor shall:

      1. Generate a Catalogue. The contractor shall identify all relevant existing health, disease, health personnel, health care utilization and expenditure, and program databases and registries that provide information on dental, oral, and craniofacial health. The initial focus shall be on those databases which provide national data and on selected state-specific databases. Types of databases may include, but are not limited to: health and disease status; utilization of and expenditure for health care services; health interviews; knowledge, attitudes and behaviors of the public and health professionals; health personnel; programs, such as the fluoridation census; and national and state registries such as those for cleft lip/palate and oral cancer tumor registries.

        The list of databases identified by the contractor for the catalogue will be reviewed and approved by the Project Officer and the Oversight Committee, who may identify additional databases for inclusion in the catalogue.

        For each database in the catalogue the contractor shall provide the following items as well as those listed in task 4.3:

        • A general description specifying references, purpose, design, quality control procedures, etc.
        • Detailed contact information for the organization(s) and staff responsible
        • Information on the access to and availability of the database (costs, conditions of use, etc.)
        • A list of indices and the types of questions used in the survey instruments, in a format suitable for ready access and searching
        • Documentation of key characteristics of the database (sampling, variables, file layouts, population included, reliability data, etc.)
        • Types of current uses of the database (e.g., study disease distribution, legislative justifications, comparison with local area statistics)
        • A list of the publications of relevance to oral, dental, and craniofacial health and disease which have referenced the database and have appeared in peer reviewed journals.
        • A URL pointer to the database and the organization that is the source for each database, if the pointer exists

      2. Construct and distribute the catalogue to NIDCR in a format that facilitates electronic searches of the data by NIDCR staff and others.

      3. Produce a version of the catalogue for placement on the NIDCR home page. The contractor shall obtain prior approval from database sponsors before their database description and links are placed on NIDCR home page.

      4. Provide routine updates: The contractor shall develop mechanism for routinely updating the entries and for adding to the catalogue, and shall perform these updates at 6 month intervals during the period of the contract.

      Task#2. Develop An Archive Of Procedure And Methods Used In Oral Surveys

      The contractor shall develop an archive of clinical indices, procedures, methods and biomarkers used in research on oral, dental and craniofacial diseases and conditions. This shall include, but not be limited to: various gingival and bleeding indices, periodontal disease indices, loss of attachment measures, determination of Il-1 genotype status, dental caries and fluorosis indices, behavioral indices, standard questions used to make clinical diagnoses (such as for dry mouth), as well as alcohol dehydrogenase and other oral cancer markers. The Project Officer and Oversight Committee will provide a list of indices and measures to include in the archive within 6 months of the effective date of the contract.

      1. Specifically, within 15 months of the effective date of the contract, the contractor shall provide the following data for each index, procedure, and measure:

        • The background, development, purpose, and history of the measure
        • Any changes to the measure which have occurred over time
        • The clinical procedure required to produce the index or measure
        • References and data regarding the validity, reliability, ease of use, and clinical performance of the measure.
        • A listing of the surveys and studies where the measure has been used

        The data shall be put into a format that facilitates electronic searches of the data by NIDCR staff and others.

      2. This data shall be fully prepared for installation on the NIDCR home page by month 18 of the effective date of the contract. During the course of the contract the Project Officer and Oversight Committee may identify additional indices, procedures, or measures to archive. The contractor shall complete all archival procedures for each of these, including preparation for installation on the NIDCR homepage, within 3 months of notification.

      3. Subsequent updates to the archive shall be delivered in a form suitable for web-page installation on an annual basis.

      Task#3: Evaluate Selected Databases For Purposes Of Acquisition And Analysis

      This task involves the collection of additional documentation on some of the databases identified in task 1, as selected by the Project Officer and the Oversight Committee. The databases included in this task shall not include those selected for data acquisition in tasks 4A and 4B.

      The Contractor shall identify, collect and maintain a report of the procedures, requirements, and resources required to utilize selected dental, oral and craniofacial health surveys. The report shall be submitted within 12 months of the effective date of the contract. There will probably be additional databases identified for evaluation by the Project Officer and the Oversight Committee during the course of the study. The contractor shall add each identified database to the report within 60 days of being tasked.

      Specifically the contractor shall:

      1. Develop a report evaluating the requirements and resources needed to fully acquire, maintain, and utilize existing databases selected by the Project Officer and the Oversight Committee. For each selected database, the evaluation and report must address:

        • The requirements to obtain the data (how to access, the need for a memorandum of understanding, etc.)
        • Any unique agreement components for each database in question
        • The steps needed to obtain the data and put the information into a usable format (i.e., is a Web-based query system available?; does the data structure need to be extensively modified?)
        • Procedures for adherence to Federal regulations governing safeguarding, use and access of all data acquired, stored and derived
        • An approach to maintain confidentiality of subject data, and to institute data security procedures
        • A mechanism to assure that data shall be used in a manner consistent with informed consent and existing regulations
        • Data file layouts, codebooks, variable names
        • The range of computer platforms on which data processing could be reasonably performed, including operating system, suitability of PCs
        • The effort required and the estimated cost to test datasets for validity and reliability, and previous efforts in these areas by other individuals and organizations
        • Procedures for acquiring data tapes, and the computer systems needed to archive and manage the data files
        • The effort required and the estimated cost to recode data into new variables and to construct working subfiles, along with any related requirements for documentation and security
        • Estimate computer software and human resource needs for data processing and analysis
        • Reporting and publication requirements of the database owners

      2. Distribute the report: The report shall be prepared for dissemination to NIDCR staff and others.

      3. If additional databases are identified for evaluation by the Project Officer and the Oversight Committee during the course of the study the contractor shall produce a report on each selected database within 60 days.

      Task #4: Acquire Selected Databases And Related Documents Used In Dental, Oral, And Craniofacial Surveys

      This task will consist of acquisition of databases in three phases, collection of related procedures and methods, and storage of material in a format that permits electronic access.

      [NOTE 1 TO OFFEROR: For budgetary purposes, the offeror should budget for $10,000 per year for database acquisitions]

      1. a. The contractor shall acquire the following public use databases and prepare them for use within 60 days of the effective date of the contract. These databases are ones which the Institute generated, co-sponsored, or has used for in-house analysis. These include:
        -NIDR National Dental Caries Prevalence Survey (1979-80)
        -NIDR National Survey of Dental Caries in U.S. School Children (1986-87)
        -NIDR National Survey of Oral Health of U.S. Employed Adults (1985-86)
        -First (1971-75) and Third (1988-94) NCHS National Health and Nutrition Examination Surveys
        -NCHS Hispanic Health and Nutrition Examination Survey
        -selected National Health Interview Surveys

        1. Another group of databases with public use tapes, as determined by the Project Officer and the Oversight Committee, shall be acquired and made ready for use by the end of month 3. These databases may include:

          -CDC Behavioral Risk Factor Surveillance System (selected years)
          -CDC Youth Behavioral Risk Factor Surveillance System (selected years)
          -CDC Fluoridation Census
          -NCI Surveillance, Epidemiology and End Results Program public use files (all or part).
          -Selected other NCHS public use files

        2. The Project Officer and the Oversight Committee may select additional databases for acquisition during the course of the contract. The contractor shall obtain and prepare each database for use within 60 days of notification. For all acquired databases, preparation includes putting the databases and accompanying documentation in a format that permits ready access by NIDCR and contractor staff, as well as providing copies of the data files and all other documentation to NIDCR staff.

      2. For each database selected for acquisition, the contractor shall acquire the database and all related descriptive and instructive materials. All descriptive and instructive material that is not available in an electronic format shall be placed into a CD ROM format. The acquisitions shall include the following:
        • The database in an electronic format
        • Tape layouts, code books, variable names
        • Survey standards and procedures, including sample design and implementation, response rates, analytic standards, subgroup representation, reporting, and analysis standards
        • Data collection instruments
        • Data analysis methods, including any instructions and guidelines provided with the dataset
        • Training manuals
        • Clinical indices used and the references documenting their development and testing
        • Survey questions used and the references documenting their development and testing
        • Approaches and documentation of the validity and reliability of such indices and questions

      3. For the databases acquired at either 60 or 90 days, the following material shall also be acquired and included in the catalog constructed in task 1.1.
        • A general description specifying references, purpose, design, quality control procedures, etc.
        • Detailed contact information for the organization(s) and staff responsible
        • Information on the availability of the database (costs, conditions of use, etc.)
        • A list of indices and the types of questions used, in a format suitable for ready access and searching
        • Documentation of key characteristics of the database (sampling, variables, file layouts, population included, etc.)
        • Types of current uses of the database (e.g., Study of disease distribution, legislative justifications, comparison with local area statistics)
        • A list of the publications of relevance to oral, dental and craniofacial health and disease which have referenced the database and have appeared in peer reviewed journals.
        • A URL pointer to the organization that is the source for each database, if the pointer exists

      Task#5. Study the Feasibility of Web-Based Query System Development

      By 12 months after the effective date of the contract the contractor shall complete and submit the report describing design options for a Web-based query system that shall permit rapid statistical analysis of selected oral, dental and craniofacial data. The ultimate aim of such a system would be its use by health professionals seeking basic statistics as well as by those undertaking more advanced statistical analysis. It is expected that the pilot system shall be based on NHANES databases.

      1. Specifically, the contractor shall prepare and submit a final report that shall:

        • Describe existing web-based query systems and plans of other agencies and organizations (especially NLM, NCHS, ADA, and CDC) to produce similar web-based systems using NHANES or other national databases.
        • Review the current utilization of specified databases
        • Include a needs assessment of the NIDCR staff and select partners of the Institute and constituencies regarding the use of a web-based system.
        • Taking into account the needs specified in item 3 of this task, develop several design options for the web-based system.
        • For each design option provide a description of the user speed, capacity, range of analyses, output formats and types, functionality of all proposed systems, and a description of the equipment, software, expertise, effort, time, and cost required to develop, implement, train users, and maintain each proposed system.

      2. Draft versions of components of the report shall be provided as specified by the Project Officer in the months prior to the final due date. This schedule shall be provided to the contractor.

      3. NIDCR will evaluate the design options of the web-based query system. This may include having the pilot version produced and installed for testing. If feasibility and testing lead to approval, the system shall be implemented by the contractor. When requested, the contractor shall provide an estimate of the cost and time required to produce this system. If the Project Officer determines that the contractor shall not implement a web-based query system, then contractor shall provide all relevant material and work products generated by Task 5 to the Project Officer when requested, so that it can be used to produce and install the pilot system.

      Task #6: Develop an Annual Report of Health Statistics

      The contractor shall develop and annually update a report detailing health statistics and costs of care for key conditions of relevance to NIDCR's mission. This report shall provide relevant data for use in presentations, publications and for policy purposes. After the report is reviewed by the Project Officer and the Oversight Committee it shall be prepared for placement on the NIDCR home page and converted to other formats suitable for broad distribution. Microsoft PowerPoint slides shall be developed using key figures and summaries of text from the report for use in presentations.

      The Project Officer and the Oversight Committee shall develop a list of conditions/topics to be included in this annual report and specify the format for reporting and documenting data and their sources. The Project Officer shall provide topics for this report 2 months after the effective date of the contract. The contractor shall submit this report by Month 10 and annually thereafter. The data shall cover diverse topics, such as those mentioned in the Background. Data specific to oral, dental and craniofacial health status as well as data on the health conditions or characteristics that influence or are influenced by oral, dental, or craniofacial conditions shall be included. For example, data may be needed on conditions with oral manifestations, such as diabetes, HIV infection, bone disorders such as osteoporosis, pain, injuries, and congenital anomalies. The data for this report may come from databases obtained in previous tasks and from published sources.

      Specifically the contractor shall:

      1. Develop an annual report with input and review by the Project Officer and Oversight Committee. This report shall include data on the occurrence of dental, oral, and craniofacial conditions, as well as the general demographics of the US population. It shall also focus on key systemic diseases/conditions and selected risk factors associated with dental, oral, and craniofacial health. It shall include sections on race/ethnicity related disparities in oral health (corresponding to the Healthy People 2020 objectives) and disparities in access to and uses of oral health services. The report shall consist of:

        • Narrative, charts and figures
        • Documentation for complete references
        • A comprehensive index

      2. Develop the report in a format to facilitate electronic searches.

      3. Distribute the report: The contractor shall develop the report for the NIDCR home page and in other formats to assure wide dissemination.

      4. Produce a new report annually and respond to inquiries regarding the report: The contractor shall develop mechanisms for updating this report, recording queries generated by the report and responding to inquiries related to the report.

      Task #7: Produce Other Reports and Responses

      The Institute and its partners are responsible for:

      • Major initiatives for which routine reporting and updating of data are needed. At present these include such broad-based initiatives as the Healthy People 2010 oral health promotion and disease prevention objectives and specific initiatives such as the NIH Pain Consortium
      • Conducting original epidemiologic analyses and producing publishable manuscripts based on existing databases
      • Providing rapid responses to queries regarding the magnitude and extent of oral, craniofacial, and dental conditions

      To facilitate the development of these reports, activities and requests the contractor shall provide and/or participate in:

      1. Special Projects: The Project Officer and the Oversight Committee shall identify the specific projects for which reports and responses shall need to be developed. These will be assigned based on the activities and work load of the contractor's staff, as specified in the contractor's monthly reports. The special projects may include conducting analyses on progress towards meeting some or all (depending upon available data) of the 18 oral health objectives in the "Healthy People 2010 Objectives" document if updated data becomes available during the contract period.

      2. Access to Consultants: The contractor shall provide the financial and logistic mechanisms for acquiring consultants needed by NIDCR's staff for support in the analyses of existing databases and preparation of epidemiologic reports.

        Specifically, the contractor, together with the Project Officer and Oversight Committee shall:

        • Develop and maintain a list of key consultants and specialists who shall be available to provide expertise in dental epidemiology, public health, and related areas.
        • Solicit and obtain expertise as requested by the Project Officer.
        • Support the completion and availability of publications/products resulting from these tasks as requested by the project officer. Support means providing editorial and graphics assistance and making travel arrangements to Bethesda as needed.

          [NOTE 2 TO OFFEROR: For budgetary purposes, the offeror should budget for a cost of $75,000 each year for consultant services]

      3. Provision for Analysis/Programming Services: The contractor shall also be responsible for providing epidemiologic, statistical, programming, and database management support for selected projects as specified by the Oversight Committee and Project Officer. These will be assigned based on the activities and work load of the contractor's staff, as specified in the contractor's monthly reports. It is expected that these assignments will be limited during the first year of the contract.

        Specific responsibilities of the Contractor shall include the following:

        1. Manage databases, including:

          • Develop and apply programs to manage the databases
          • Recode data to create new variables
          • Construct well-documented working subfiles
          • Make databases available on a platform accessible to NIDCR staff
          • Develop and maintain documentation for the databases

          Complete records and documentation of all database management activities shall be maintained and provided. Each version of every database shall be provided to NIDCR staff when requested by the Project Officer or designee.

        2. Provide programming support including the development of programs to generate data tabulations and statistical models using statistical software such as SAS, SPSS, SUDAAN, or STATA.

        3. Produce tabulations.

        4. Participate with the Project Officer and designees in the design and implementation of statistical analyses and participate in the translation of the statistical analysis plan into programming instructions.

        5. Write-up selected portions of the statistical analysis (e.g., methods sections, discussion).

        All activities and analyses conducted by the contractor shall be fully documented, and reports shall be submitted detailing procedures used, databases, results, software, program codes, variables, labels and related materials.

        When specified, the reports shall also include the epidemiologist's review of the published literature pertinent to the subject; scientific assessment and possible interpretations of the meaning and significance of the results in the context of our current knowledge of the subject area; and shall be of thorough enough to be suitable for publication as original articles in the biomedical literature

        Two copies of each report shall be submitted to the Project Officer. Communication by electronic mail shall be necessary, and this ability must be available from the contractor.

      4. Produce materials for data presentation. The contractor shall produce products for presentations suitable for professional and scientific talks and posters as well as visuals for inclusion on the NIDCR home page. A monthly request for future presentations shall be provided by the Project Officer. The content of the products shall usually be based on data generated in other tasks. All presentation materials shall be provided in the appropriate format. Hard copies of all materials shall also be provided.

      5. Develop responses to inquiries as requested by the Project Officer. These may come from public health professionals, researchers, staff, or from other government agencies and shall relate to dental, oral and craniofacial data. The contractor may also need to provide information about the Data Resource Center and its products, along with periodic updates.

      6. The contractor shall maintain a log of the queries received regarding dental, oral and craniofacial data and the responses provided. The Project Officer may direct the contractor to use this data to produce a FAQ (frequently asked questions) section regarding dental, oral and craniofacial data for inclusion on the NIDCR web page.

      Task #8: Facilitate Management of the Data Resource Center Oversight Committee

      The contractor shall provide logistical support for the functioning of the Oversight Committee. The committee structure, functions and meeting schedule shall be determined by the Institute and its partners. The committee shall be responsible for determining priorities and reviewing and revising the Center activities. The Oversight Committee shall meet at least four times a year, usually in the Bethesda, MD area. Additional, conference calls shall be scheduled whenever necessary. The Oversight Committee will consist mainly of NIDCR staff.

      Task #9: Conduct a Transfer of Activities

      If the contract is recompeted during the life of this contract and the successor award is not made to the original Contractor, a transition period shall be utilized. The transition period shall encompass the final sixty days of this contract. During this period the Contractor shall proceed with the phase-out process.

      The Contractor shall provide the successor Contractor and the NICDR with detailed briefings regarding the structure of data files, the processing system and all associated software. All reports, documents, data tapes and files, and hardware purchased as a part of the contract, and activities currently underway shall be transferred to the successor Contractor with complete details necessary for their timely completion. The Contractor shall make necessary staff available to brief successor Contractor staff on projects, programs and activities as required to assure smooth transition.

      In addition, one month before termination of the contract, all data tapes/disks provided to or generated by the contractor in association with contract work shall be provided to the Project Officer.


  1. REPORTS/ DELIVERABLES

    DELIVERABLES/REPORTING REQUIREMENTS

    In addition to those reports required by the other terms of this contract, the Contractor shall prepare and submit the following reports in the manner stated below. These include all of the items and specified formats as detailed in the individual tasks. The due dates for each deliverable are the period after the effective date of the contract. As an example, "month 8"means the end of the 8th month (in calendar time) after the effective date of the contract. The Project Officer and the Project Manager will meet semiannually to assess the contractors progress towards meeting the goals and deadlines in each task and (if necessary) to prioritize the contractors efforts for the following six month period.

    1. Monthly Reports: The Contractor shall prepare and submit typewritten monthly status reports. Two copies shall be sent to the Project Officer and one copy to the Contracting Officer. These shall include the progress made in all areas of the contract during the reporting period. This report shall be organized by individual task. The information provided for each task shall include the following: the names of staff members performing work on each task component, the progress made, the number of hours worked by each staff member on the task, and the planned activities and number of hours for the following month.

      Work items listed under task 7 will be assigned based on the monthly report detailing the activities of the contractor staff and discussions between the Project Manager and Project Officer, so that the assignments are compatible with the contractors staffing level and current and future month's work load. Additionally, as part of task 7 the monthly reports shall include a list of all open NIDCR work requests to the contractor including the date and title of the request and a status noting the contractor's action to date on the request (e.g.; request being studied, computer program written, analysis run, statistics completed, report sent to NIDCR, etc).

      The Monthly Report shall include, wherever possible, a separate listing of the monthly total cost of each NIDCR request. This report shall be due on or before the fifteenth calendar day of the following month.

    2. Final Report: Shall include a summation of the work performed and results obtained over the entire contract period performance. This report should be in sufficient detail to describe comprehensively the tasks performed and the results achieved.

    3. Annual Performance Management Framework and Plan: On or before the last day of the contract year, the contractor shall submit three copies of an Annual Performance Management Framework and Plan. This report shall take a similar format to the monthly reports, however, it shall also include a summary of activities to date and shall take the place of the year end monthly report. In addition to providing a summary of activities to date, this plan shall detail the objectives to be met during the remainder of the performance period for each of the tasks and provide a timetable for accomplishment of the projects. The contractor shall submit the Annual Performance Management Framework and Plan for approval by the Project Officer.

    4. Task 1

      A catalogue of databases shall be delivered to the Project Officer electronically by Month 8 of the contract. The catalogue shall include updates every 6 months thereafter. This catalogue shall be ready for installation on web page by Month 12 of the contract.

    5. Task 2

      The contractor shall have archived the data by Month 15. By Month 18 this data shall be ready for installation on the web page. The Contractor shall add additional procedures three months after notification from NIDCR. Subsequent updates to the archive shall be provided on an annual basis.

    6. Task 3

      By Month 12 a report shall be presented to the Project Officer on databases. Two months after NIDCR notification, the contractor shall report on additional databases.

    7. Task 4

      By Day 60 of the Contract, the contractor shall acquire databases and documentation. By day 90 of the contract, the Contractor shall acquire additional databases and documentation. Two months after notification from NIDCR, additional data base acquisitions will be made.

    8. Task 5

      By month 12 the contractor shall provide the Project Officer with a final report on web-based system. Interim reports on the web-based system shall be provided to the Project Officer as required. Interim and a final report on cost and time estimates for the web installation shall be provided to the Project Officer as required. The contractor shall provide all work products and materials pertinent to the web installation at a time specified by NIDCR.

    9. Task 6

      By Month 10 the contractor shall provide an Annual Report of Health Statistics and every 12 months thereafter. See the statement or work, Task 6, for more detail.

    10. Task 7

      Due dates for the for the following types of report activities shall be provided to the contractor on as as needed basis:

      • Healthy People 2010 report
      • Conduct analyses for other reports
      • Conduct additional epidemiological analyses for selected projects
      • Produce products for presentations of a quality suitable for scientific and professional presentations
      • Produce visuals suitable for inclusion on the NIDCR homepage
      • Respond to queries and maintain a log of queries and responses

    11. Task 9

      Thirty (30) days before termination of the contract, all data tapes/disks provided to or generated by the contractor in association with contract work shall be provided to the Project Officer. All deliverables shall be provided in a timely manner.

    Satisfactory performance of this contract shall be deemed to occur upon completion of the services described in the statement of work and upon delivery and acceptance by the Contracting Officer, or the duly authorized representative, of the following items in accordance with the stated delivery schedule:

    Item Description Delivered to: Delivery Schedule
    a. Monthly Progress Report Project Officer and
    Contracting Officer
    By the fifteenth day of each
    succeeding month
    b. Final Progress Report Project Officer and
    Contracting Officer
    Contract Completion Date
    c. Annual Performance
    Management Framework and
    Plan
    Project Officer and
    Contracting Officer
    Month 12 and annually thereafter
    d. Task 1
    Catalogue of Databases Project Officer Month 8
    Updates to Catalogue Project Officer Every 6 months thereafter
    Ready for Installation on web Project Officer Month 12
    e. Task 2
    Archive Data Project Officer Month 15
    Ready for installation on web
    page
    Project Officer Month 18
    Add additional procedures Project Officer 3 months after NIDCR notification
    Updates, ready for web
    installation
    Project Officer Month 30 and annually thereafter
    f. Task 3
    Report on Databases Project Officer Month 12
    Report on Additional
    Databases
    Project Officer 2 months after NIDCR notification
    g. Task 4
    Acquire Databases and
    Documentation
    Project Officer Day 60
    Acquire additional Databases
    and Documentation
    Project Officer Day 90
    h. Task 5
    Final Report on Web Based
    System
    Project Officer Month 12
    Interim reports Project Officer As required
    i. Task 6
    Annual Report on Health
    Statistics
    Project Officer Month 10 and annually thereafter
    j. Task 7
    —Healthy People 2010 Report
    —Analyses and Other Reports
    —Epidemiological analyses
    —Presentations Products
    —Visual Presentation Products
    —Respond to Queries
    Project Officer As required
    k. Task 9
    Transfer of activities and all
    contract documents
    Final 60 days of contract

    Copies of reports shall be sent to the following addresses:

    Addressee Item Quantity
    Project Officer
    NIDCR
    45 Center Drive, Room 3an.38j
    BETHESDA MD 20892-6401
    a, b, c, d, e, f, g,
    h, i, j, k
    2
    Contracting Officer
    Contracts Operations Branch, DEA, NHLBI
    Rockledge 2, Room 6102
    6701 ROCKLEDGE DR MSC 7902
    BETHESDA MD 20892-7902
    a, b, c 1


  1. EVALUATION FACTORS FOR AWARD WITH TECHNICAL EVALUATION CRITERIA

    GENERAL

    The technical proposal will receive paramount consideration in the selection of the Contractor for this acquisition. All technical evaluation factors, when combined, are significantly more important than cost/price, past performance and small disadvantaged business participation. However, cost/price, past performance and small disadvantaged business participation may become critical factors in source selection in the event that two or more offerors are determined to be essentially equal following the evaluation of all technical evaluation factors. Cost/Price is significantly more important than past performance and small disadvantaged business participation. In any event, the Government reserves the right to make an award to the best advantage of the Government, cost and other factors considered.

    The offeror's Small Disadvantaged Business (SDB) Participation Plan will be evaluated after determination of the competitive range. Only those offerors included in the competitive range will be evaluated. The evaluation will be based on information obtained from the plan provided by the offeror (Reference Standard RFP Instructions and Provisions), the realism of the proposal, other relevant information obtained from named SDB concerns, and any information supplied by the offeror concerning problems encountered in SDB participation. Evaluation of the SDB Participation Plan will be a subjective assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance.

    The Government is seeking to determine whether the offeror has demonstrated a commitment to use SDB concerns for the work that it intends to perform as the prime contractor. The assessment of the offeror's SDB Participation Plan will be used as a means of evaluating the relative capability and commitment of the offeror and the other competitors. Thus, an offeror with an exceptional record of participation with SDB concerns may receive a more favorable evaluation than another whose record is acceptable, even though both may have acceptable technical proposals. SDB Participation will not be scored, but the Government's conclusions about overall commitment and realism of the offeror's SDB Participation Plan will be considered in determining the relative merits of the offeror's proposal and in selecting the offeror whose proposal is considered most advantageous to the Government.

    The evaluation shall be based on the demonstrated capabilities of the prospective contractors in relation to the needs of the project as set forth in the RFP. The merits of each proposal shall be evaluated carefully. Each proposal must document the feasibility of successful implementation of the RFP.

    MANDATORY QUALIFICATION CRITERIA

    Listed below is a mandatory qualification criterion. The qualification criterion establishes conditions that must be met at the time of receipt of Final Proposal Revisions (FPRs) by the Contracting Officer in order for your proposal to be considered any further for award.

    Geographic Restriction:
    The offeror must be in geographic proximity to the Washington, D.C. area in order to accomplish the task of attendance at frequent face-to-face discussions between the NIDCR Project Officers and the Project Director (and other key personnel) in Bethesda, Maryland, in order to monitor and review progress on project activities. Geographic proximity to the Washington D.C. area is defined, for this requirement, as being within one hour of traveling time to the National Institutes of Health in Bethesda, Maryland.

    Justification for Geographic Restriction:
    The nature of the work to be performed under this contract requires frequent in-person meetings between the contractor, contract staff, and the NIDCR PO who is based in Bethesda, Maryland. There will be a need for contractor personnel to be available for short notice in-person meetings with NIDCR staff, to be able to provide rapid responses to queries, and to sometimes provide statistical, graphic, programming, and epidemiological support with little advance notice. This requires that the contractor's staff be available on a daily basis. Therefore, geographic proximity to the Washington, D.C. area is necessary to accomplish the work described in this RFP. The contract will also require many meetings between contract staff and other members of the NIDCR staff who are based in Bethesda, necessitating a great deal of scheduling flexibility by the contractor's team. Travel of any great distance would preclude this flexibility.

    TECHNICAL EVALUATION CRITERIA

    The quality of the technical proposal will be the most important consideration in selection of a contractor for this procurement and should therefore be as complete and specific as possible. Proposals submitted in response to this RFP will be evaluated according to the factors listed below with the relative scoring weights as shown:

    1. Approach to the Scope of Work

    (40 points)

    The offeror's plan to accomplish all requirements in the statement of work. This includes the offeror's technical approach to developing and maintaining a catalogue of existing databases; producing an archive of procedures; evaluating, analyzing, obtaining, and supporting complex data sets; evaluating web-based query systems; producing reports; and providing programming, statistical, graphics, and epidemiological support, and the systems employed to accomplish these tasks. Plans for monitoring performance and maintaining quality control. Problems and constraints likely to be encountered and proposed alternatives and solutions to resolve difficulties. An awareness and understanding of the complex issues specific to oral, dental and craniofacial health status as well as the health conditions or characteristics that influence or are influenced by oral, dental, or craniofacial conditions. The clarity, style and format of the proposal will be considered as an indication of the offeror's capability in plan development, information presentation, and clarity of expression.

    2. Personnel capabilities

    (40 points)

    Documented experience and educational background. Expertise in the field of dental or chronic disease epidemiology, and training. Availability of proposed staff and appropriateness of their designated assignments on the project. Relevant experience, managerial and technical competence and time commitment of the proposed project manager and other professional staff.

    3. Organizational Capability

    (20 points)

    Evidence that the organization has undertaken high quality work of the type described, as reflected by appropriate management plans, quality control procedures and results, and timely delivery; strength of the management plan for insuring the smooth functioning of all tasks, including maintenance of quality control, and timely delivery of all products and reports. Experience in the identification, acquisition, cataloging, management, and use of complex databases involving health status; utilization of health care services; health interviews; knowledge, attitudes and behaviors; national and state registries; and supporting training material and documentation. Experience in dealing with target audiences of interest to the NIDCR, including other federal agencies, state and local governments, academic centers, and private organizations. Availability of facilities and equipment required to carry out the work, including computer terminals to access the NIH computer facility; local micro- or minicomputers; statistical, graphics, and word-processing software and equipment; telephones, fax, and duplication equipment.

    PAST PERFORMANCE

    The offeror's past performance will be evaluated after completion of the technical evaluation. Offerors who are determined to be technically acceptable and are included in the competitive range will be evaluated. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken.

    By past performance, the Government means the offeror's record of conforming to specifications and to standards of good workmanship; the contractor's record of forecasting and controlling costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer.

    Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services at fair and reasonable prices.

    The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror and the other competitors. Thus, an offeror with an exceptional record of past performance may receive a more favorable evaluation than another whose record is acceptable, even though both may have acceptable technical proposals.

    Past performance will not be scored, but the Government's conclusions about overall quality of the offeror's past performance will be highly influential in determining the relative merits of the offeror's proposal and in selecting the offeror whose proposal is considered most advantageous to the Government.

    The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror.


THE REMAINDER OF THIS RFP CONSISTS OF THE FOLLOWING SECTIONS:

  1. Specific RFP Instructions and Provisions, and

  2. Applicable RFP References


  1. SPECIFIC RFP INSTRUCTIONS AND PROVISIONS

    NOTICE TO OFFEROR: This section contains proposal instructions and information which are specifically related to this acquisition. The information provided below is only a portion of the instructions and notices required for the submission of a proposal. References to additional, more general, information and forms regarding proposal preparation are contained under Section III. Applicable RFP References.

    The following specific RFP instructions and provisions apply to this Request For Proposal:

    1. Proposal Intent Response Sheet
    2. Government Notice for Handling Proposals
    3. Packaging and Delivery of Proposal
    4. SIC Code and Small Business Size Standard
    5. Number and Type of Award(s)
    6. Estimate of Effort
    7. Service of Protest
    8. Technical Proposal Table of Contents
    9. Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns
    10. Other Provisions


  1. PROPOSAL INTENT RESPONSE SHEET

    RFP No. NHLBI-DR-00-03

    TITLE OF RFP: Dental, Oral and Craniofacial Data Resource Center

    FURNISH THE INFORMATION REQUESTED BELOW AND RETURN THIS PAGE BY September 13, 1999. YOUR EXPRESSION OF INTENT IS NOT BINDING BUT WILL ASSIST US IN PLANNING FOR PROPOSAL EVALUATION.

    I INTEND TO SUBMIT A PROPOSAL


    COMPANY/INSTITUTION NAME:


    ADDRESS:




    PROJECT DIRECTOR'S NAME:

    TITLE:

    TELEPHONE NUMBER:

    NAMES OF COLLABORATING INSTITUTIONS AND INVESTIGATORS
    (include Subcontractors and Consultants):





    RETURN TO:
    Review Branch
    Attention: Dr. James Scheirer
    NIH, NHLBI
    6701 ROCKLEDGE DR MSC 7924
    BETHESDA MD 20892-7924          or FAX TO: Dr. James Scheirer at (301) 480-3541


  1. NOTE: This Notice is for the Technical Evaluation Review Group who will be reviewing the proposals submitted in response to this RFP. THE OFFEROR SHALL PLACE A COPY OF THIS NOTICE BEHIND THE TITLE PAGE OF EACH COPY OF THE TECHNICAL PROPOSAL.

    GOVERNMENT NOTICE FOR HANDLING PROPOSALS

    This proposal shall be used and disclosed for evaluation purposes only, and a copy of this Government notice shall be applied to any reproduction or abstract thereof. Any authorized restrictive notices which the submitter places on this proposal shall be strictly complied with. Disclosure of this proposal outside the Government for evaluation purposes shall be made only to the extent authorized by, and in accordance with, the procedures in HHSAR paragraph 315.608-72.

    1. If authorized in agency implementing regulations, agencies may release proposals outside the Government for evaluation, consistent with the following:

      1. Decisions to release proposals outside the Government for evaluation purposes shall be made by the agency head or designee;

      2. Written agreement must be obtained from the evaluator that the information (data) contained in the proposal will be used only for evaluation purposes and will not be further disclosed;

      3. Any authorized restrictive legends placed on the proposal by the prospective Contractor or subcontractor or by the Government shall be applied to any reproduction or abstracted information made by the evaluator;

      4. Upon completing the evaluation, all copies of the proposal, as well as any abstracts thereof, shall be returned to the Government office which initially furnished them for evaluation; and

      5. All determinations to release the proposal outside the Government take into consideration requirements for avoiding organizational conflicts of interest and the competitive relationship, if any, between the prospective Contractor or subcontractor and the prospective outside evaluator.

    2. The submitter of any proposal shall be provided notice adequate to afford an opportunity to take appropriate action before release of any information (data) contained therein pursuant to a request under the Freedom of Information Act (5 U.S.C. 552); and, time permitting, the submitter should be consulted to obtain assistance in determining the eligibility of the information (data) in question as an exemption under the Act. (See also Subpart 24.2, Freedom of Information Act.)


  1. PACKAGING AND DELIVERY OF THE PROPOSAL

    Shipment and marking shall be as follows:

    EXTERNAL PACKAGE MARKING
    In addition to the address cited below, mark each package as follows:

    "RFP NO. NHLBI-DR-00-03
    TO BE OPENED BY AUTHORIZED GOVERNMENT PERSONNEL ONLY"

    The number of copies required of each part of your proposal are:
    TECHNICAL PROPOSAL: ORIGINAL* AND Fifteen (15) COPIES
    BUSINESS PROPOSAL: ORIGINAL* AND Six (6) COPIES
    One Electronic Business Proposal Spread Sheet (EXCEL Spread Sheet) on disk

    DELIVER PROPOSAL TO:

    Review Branch, Division of Extramural Affairs
    National Institutes of Health
    National Heart, Lung, and Blood Institute
    6701 ROCKLEDGE DR MSC 7924
    BETHESDA MD 20892-7924

    *THE ORIGINAL PROPOSAL MUST BE READILY ACCESSIBLE FOR DATE STAMPING.


  1. SIC CODE AND SMALL BUSINESS SIZE STANDARD
    NOTE: The following information is to be used by the offeror in preparing its Representations and Certifications, specifically in completing the provisions entitled, SMALL BUSINESS PROGRAM REPRESENTATIONS, FAR 52.219-1:

    The standard industrial classification (SIC) code for this acquisition is 8731.

    The small business size standard is 500 employees or less.

    THIS REQUIREMENT IS NOT SET-ASIDE FOR SMALL BUSINESS. However, the FAR requires in every solicitation (except for foreign acquisitions) the inclusion of the SIC code and corresponding size standard which best describes the nature of the requirement in the solicitation.


  1. NUMBER AND TYPE OF AWARD

    It is anticipated that one award will be made from this solicitation and that award will be made in July 2000.

    It is anticipated that the award from this solicitation will be a multiple-year cost reimbursement, level of effort type contract with a period of performance of five years, and that incremental funding will be used.


  1. ESTIMATE OF EFFORT:

    To assist you in the preparation of your proposal, the Government considers the effort to be approximately as follows. This information is furnished for the offeror's information only and is not to be considered restrictive for proposal purposes.

    During the period of performance of this contract, the Contractor shall provide approximately 74,880 direct labor hours. The labor hours exclude vacation, sick leave, and holiday. It is estimated that the labor hours are constituted as specified below and will be expended approximately as follow:

    Labor Category Year 1 Year 2 Year 3 Year 4 Year 5
    Professional
    Project Manager 416 416 416 416 416
    Librarian(s) 3,120 1,040 1,040 1,040 1,040
    Senior Epidemiologist 1,040 1,040 1,040 1,040 1,040
    Biostatistician 1,040 1,040 1,040 1,040 1,040
    Senior Programmer 1,664 1,664 1,664 1,664 1,664
    Other Professional
    Technical Information Specialist 2,080 2,080 2,080 2,080 2,080
    Junior Epidemiologist 2,080 2,080 2,080 2,080 2,080
    Junior Programmer 2,080 2,080 2,080 2,080 2,080
    Support
    Various 3,120 3,120 3,120 3,120 3,120
    Total 16640 14,560 14,560 14,560 14,560

    All staffing levels proposed should be accompanied by specific justifications as to the type and hours of work expected to be performed by all personnel. Offerors will be required to propose levels of commitment whether compensated or donated effort, necessary to complete the work described in their proposals. It is expected that realistic levels of effort will be proposed such that an offeror's understanding of the work will be apparent.

    The following narrative description of personnel is offered as guidance when preparing your proposal:

    Key Personnel:

    Project Manager
    Shall be responsible for implementation and monitoring of all contract activities. He or she must be able to anticipate potential problems and expedite necessary corrective actions; assess potential needs and plan to fulfill those needs; and be able to facilitate the coordination of logistics, planning, and documentation for the project. He or she shall serve as the liaison to the oversight management team and advisory board. The project manager must have had at least 5 years of experience in directing the maintenance and analysis of large, complex data files; data processing management including responsibility for the recruitment and supervision of programming staff, fiscal controls, and technical oversight. It is possible for either the Senior Epidemiologist or Statistician to serve as Project Manager in addition to his or her scientific position.

    Librarian or Informatics Specialist
    They shall have an MLS or at least Masters level training in Informatics with significant experience working with large complex data sets in a dental, medical or public health setting; the ability to conduct Medline searches; to effectively locate, acquire, organize and catalog the varied components of large national surveys such as NHANES III, including information on survey instruments, sampling methods, reliability, nonresponse data, data files, code books and other documentation, training manuals, and reliability and validity research. They shall be able to work collaboratively with epidemiologists, programmers, and other members of a research team, and have the ability to express themselves well both orally and in writing.

    Senior Epidemiologist
    Shall have a Ph.D. or equivalent degree in epidemiology with a minimum of 5 years of demonstrated experience in dental or chronic disease epidemiology, conducting and analyzing complex statistical studies in epidemiologic and/or public health contexts using large samples, complex data files, and a wide range of univariate and multivariate statistical techniques. He or she shall also have experience working with SAS and SUDAAN; experience in writing analytic and statistical reports; the ability to work in a consultative mode with other epidemiologic investigators; the ability to clearly express him/herself orally and in writing; and demonstrated ability to work with computer programmers. If the offeror does not have personnel with experience in oral epidemilogy, then they must demonstrate that they access to a person with expertise in oral epidemilogy.

    Biostatistician
    Shall have a Ph.D. in biostatistics or lower level degree with significant experience in biomedical research; demonstrated experience in designing statistical aspects of epidemiologic analysis; experience in conducting statistical testing of data from complex surveys and large epidemiologic studies; ability to consult and collaborate with epidemiologist; and experience in writing analytic and statistical papers.

    Senior Computer Programmer
    Shall have demonstrated experience with SAS and SUDAAN programming, UNIX operating systems, experience with SAS and SUDAAN analysis on microcomputers, understanding of and experience with epidemiologic analysis, proficiency in statistical programming including univariate and multivariate analysis and statistical testing, correlation, and regression; ability to prepare specialized tables from computerized data; experience in data storage and retrieval; experience in manipulating large data files involving complex editing, merging, and updating functions leading to the construction specialized working files from primary source data tapes; demonstrated experience in programming data from complex surveys, understanding programs for statistical testing of complex survey data, and demonstrated ability to work with analysis in epidemiologic research in biomedical areas.

    Other Personnel:

    Technical Information Specialist
    Shall have experience and success in researching and developing robust Web-based query systems, or modifying existing systems that are responsive to the needs of the general public, policy makers, public health professionals, and the scientific community. This individual must have had prior experience in working on projects in the biomedical field, have the ability to clearly express him/herself orally and in writing, and have the ability to work collaboratively with epidemiologists and other members of a research team.

    Junior Epidemiologist
    Shall have a Ph.D. or lower level degree with significant experience in dental/chronic disease epidemiology; experience in conducting and analyzing statistical studies in epidemiologic and/or public health contexts; experience in writing analytic and statistical reports; demonstrated experience in working with SAS; ability to clearly express him/herself orally and in writing.

    Junior Computer Programmer
    Shall have demonstrated experience with SAS and SUDAAN programming and analysis on microcomputers, experience with univariate and multivariate analysis and statistical testing, correlation and regression; experience in manipulating large data files; and demonstrated ability to work with data analyses for epidemiologic research in biomedical areas.

    Consultant Staff
    The contractor is expected to utilize consultants at various times during this contract. These consultants may be sub-contractors but should have knowledge of the project and be able to assist on short notice. It is expected that the contractor shall have as a consultant a individuals with expertise in dental epidemiology and public health to assist in project development and evaluation. Additional consultants may include a health economist, epidemiologists and biostatisticians with specific or advanced experience in dental, oral, and/or craniofacial data collection and analysis.

    Additional Personnel
    The contractor shall assure that adequate technical and logistic support personnel are available to fulfill the contract. These individuals shall include but not be limited to: technical writers, graphic and software designers, data entry personnel, data managers, computer system maintenance, and secretarial support.


  1. SERVICE OF PROTEST

    In accordance with FAR 52.233-2 SERVICE OF PROTEST (NOV 1988):

    1. Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General accounting Office (GAO) shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

      Mr. Robert R. Carlsen

      National Institutes of Health
      National Heart, Lung, and Blood Institute
      Contracts Operations Branch
      6701 Rockledge Drive, MSC 7902
      Bethesda, MD 20892-7902

      The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO.


  1. TECHNICAL PROPOSAL TABLE OF CONTENTS

    Please number each page of text. Type density and size must be 10-12 points. If constant spacing is used, there should be no more than 15 cpi, whereas proportional spacing should provide an average of no more than 15 cpi. There must be no more than six lines of text within a vertical inch. The technical proposal should be organized as follows:

    1. TECHNICAL PROPOSAL COVER SHEET (Form is located in the Streamlined RFP References under "FORMS, FORMATS, ATTACHMENTS")--Page 1

    2. TECHNICAL PROPOSAL TABLE OF CONTENTS--Page 2

    3. ABSTRACT--Page 3
      State the proposal's broad, long-term objectives and specific aims. Briefly and concisely describe the research design and methods for achieving these goals. DO NOT EXCEED one page in providing the abstract. Identify the RFP Number, Institution and Principal Investigator on the abstract.

    4. TECHNICAL PLAN (LIMIT 50 PAGES for part 4, sections a.- d.)
      Refer to Technical Proposal Instructions located in the Standard RFP Instructions and Provisions under Streamlined RFP References for more detail.
      1. WORK STATEMENT
        1. Objectives--Page#
        2. Approach--Page#
        3. Methods--Page#
        4. Schedule--Page#

      2. PERSONNEL
        List of all Personnel in the project including Subcontractors, Consultants/Collaborators, by name, title, department and organization--Page#

        PROVIDE NARRATIVE FOR:

        1. Principal Investigator/Project Director--Page#
        2. Other Investigators--Page#
        3. Professional Personnel--Page#
        4. Support Staff--Page#
          [NOTE: For all personnel except support staff, include a two-page biosketch under APPENDICES below.]

      3. FACILITIES, EQUIPMENT AND OTHER RESOURCES--Page#
        List/describe all facilities, equipment and other resources available for this project.

      4. OTHER CONSIDERATIONS--Page#
        (Use specifically titled subparagraphs, as applicable.)

    5. OTHER SUPPORT--Page#
      Complete the Form "Summary of Current and Proposed Activities." All key personnel must be listed on this form. The form is located in the Streamlined RFP References under "FORMS, FORMATS, & ATTACHMENTS."

    6. TECHNICAL PROPOSAL COST INFORMATION--Page#
      (Form located in the Streamlined RFP References under "FORMS, FORMATS, & ATTACHMENTS.")

    7. LITERATURE CITED--Page#

    8. APPENDICES--Page#
      The total number of appendices SHALL NOT EXCEED 100 pages single spaced. List each Appendix and identify the number of pages for each one. Appendices must be clear and legible, and easily located. Include biosketches here.


  1. NOTICE OF PRICE EVALUATION ADJUSTMENT FOR SMALL DISADVANTAGED BUSINESS CONCERNS

    In accordance with FAR Clause 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, incorporated in Section I.3., offerors will be evaluated by adding a factor of 10 percent to the price of all offers, except offers from small disadvantaged business concerns that have not waived the adjustment. (Note: A listing of other offerors who are excepted and will not have this evaluation factor added to their offer may be found in subparagraph (b) of FAR Clause 52.219-23.

    A small disadvantaged business concern may elect to waive the adjustment, in which case the factor will be added to its offer for evaluation purposes. The agreements in paragraph (d) of FAR Clause 52.219-23 do not apply to offerors that waive the adjustment.

    AN OFFEROR WHO ELECTS TO WAIVE THIS EVALUATION ADJUSTMENT MUST SPECIFICALLY INDICATE WITH A STATEMENT TO THIS EFFECT ON THE COVER PAGE OF ITS BUSINESS PROPOSAL.


  1. OTHER PROVISIONS

    1. COST/PRICING INFORMATION

      The offeror's business proposal shall include the basic cost/pricing information specified in the Standard RFP Instructions and Provisions, under the Streamlined RFP References Directory referenced in this RFP. Please include information to substantiate the proposed costs or prices. including payroll documentation, vendor quotes, invoice prices, and/or any other information relevant to aid the Government in evaluating the reasonableness of the price or to determine cost realism. Before award, submission and certification of cost or pricing data may be required. Please submit a computer disc with the cost proposal in Excel 5.0 (or 97) format. For your convenience, a standard cost proposal format in Excel format will be provided by NHLBI contracts office.


  1. APPLICABLE RFP REFERENCES

This section identifies the items located in the Streamlined RFP References that are applicable to this Request For Proposal (RFP).

The entire file entitled "STANDARD RFP INSTRUCTIONS AND PROVISIONS" is applicable to this RFP, except as modified by the inclusion of items from the "OPTIONAL RFP INSTRUCTIONS AND PROVISIONS" below.

The following items are applicable from the file entitled "OPTIONAL RFP INSTRUCTIONS AND PROVISIONS". The full text of the provisions is available in the file.

List of provisions which apply to this specific RFP:

  1. Notice: This requirement is Not Set-Aside for Small Business
  2. Late Proposals, Modifications of Proposal, and Withdrawal of Proposals, PHS 352.215-10
  3. Small Business Subcontracting Plan (JAN 1999)
  4. Past Performance Information
  5. Facilities Capital Cost of Money
  6. "Just in Time"

The following items are applicable to this specific RFP and are located in the file entitled "FORMS, FORMATS, AND ATTACHMENTS", under Streamlined RFP References:

SUBMIT WITH TECHNICAL PROPOSAL (with original and every copy of technical proposal)

  1. Technical Proposal Cover Sheet
  2. Summary of Current and Proposed Activities
  3. Technical Proposal Cost Information

SUBMIT WITH BUSINESS PROPOSAL:

  1. Contract Pricing Proposal Cover Sheet, SF-1411, or equivalent, with every copy of business proposal.
  2. Proposal Summary and Data record, NIH-2043, with every copy of business proposal.
  3. Disclosure of Lobbying Activities, OMB SF-LLL, only one completed and signed original.
  4. Representations and Certifications, only one completed and signed original.
  5. Attached Electronic Business Proposal Spread Sheet (Attached EXCEL 5.0 or 97 file)
  6. Supporting documentation for staff salaries, consultants, subcontracts, supplies and equipment.
  7. Small Disadvantaged Business (SDB) Participation Plan ( This plan is different from the Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan. Please see Streamlined RFP References - Standard RFP Instructions and Provisions - G. General Instructions - paragraph number 19)

OTHER - TO BE SUBMITTED WITH THE FINAL PROPOSAL REVISION:

  1. Certificate of Current Cost or Pricing Data, NIH-1397, to be submitted with Final Proposal Revision.

  2. Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan, only one completed and signed original.

ANTICIPATED TO BE INCLUDED AS CONTRACT ATTACHMENTS:

  1. Invoice/Financing Requests Instructions for NIH Cost Reimbursement Type Contracts,
  2. NIH(RC)-2Procurement of Certain Equipment, NIH(RC)-7

The "SAMPLE CONTRACT FORMAT-GENERAL" under the Streamlined RFP References is applicable to this RFP. Selected clauses, applicable to this acquisition, will be included in the contract.


Top | NIH RFP Directory | NHLBI RFP Directory
RFP References | NIH Home | NHLBI Home





Please send us your feedback, comments, and questions
by using the appropriate link on the page, Contact the NHLBI.

Note to users of screen readers and other assistive technologies: please report your problems here.