Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOURCES SOUGHT

B -- Toxicological Profiles - SOW Attachment A - Exhibits 1 -14 - Draft Statement of Work - SOW Exhibits 15-37 - SOW Attachment B - K

Notice Date
8/4/2009
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
HHS-CDC-ATSDR-SBSS-09-001
 
Archive Date
9/19/2009
 
Point of Contact
Lionel E. Nadeau, Phone: 770-488-2621, Vallerie M Redd, Phone: 770-488-2845
 
E-Mail Address
lnadeau@cdc.gov, gfj3@cdc.gov
(lnadeau@cdc.gov, gfj3@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW Attachment B - K SOW Exhibits 15-37 Draft Statement of Work (SOW) Exhibits 1 -14 SOW Attachment A 1. Small Business Sources Sought : This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: - The availability and capability of qualified small business sources to accomplish the requirement described in this notice; - The business size status of each respondent: whether small business; HUBZone small business; service-disabled veteran-owned small business, veteran-owned small business; 8(a) small business; woman-owned small business; or small disadvantaged business; - The size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; - Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible; - An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. a. Background. The government awarded a Cost-Plus-Fixed-Fee (CPFF) type contract to Syracuse Research Corporation (SRA) under contract number 200-2004-09793 on 8/31/2004. The government anticipates competing a follow-on contract to continue the services described in the attached draft Statement of Work (SOW). b. Purpose and Objectives. See attached SOW. c. Project requirements. See attached SOW for a description of requirement. d. Anticipated period of performance. April 2010 through April 2015. e. Other important considerations. Deliverables in this requirement have Congressionally mandated timeframes which, as a consequence are non-negotiable. It is imperative that high quality products are delivered within these strict timeframes. f. Capability statement /information sought. Respondents to this sources sought synopsis shall submit the following information: i. Introductory cover page identifying the respondent's organizational name, address and point of contact information including names, titles, phone numbers and email addresses. ii. Respondents may submit comments or opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; iii. Submit information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; iv. Identify respondent's: DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code; v. Explain your experience relative to accomplishing each of the following seven (7) topics, provide specific examples describing such experience if available: 1. Managing of a large number of task orders, technical competency in conducting the work as described in the draft statement of work, including the adherence of strict time requirements, and ability to be responsive to divergent delivery schedules. 2. Preparing large, scientifically accurate toxicological profiles, associated documents, and other tasks in strict and often times with short lead times. Some tasks (e.g. literature searches) may require lead times as short as 1-2 days. 3. Performing literature searches, evaluating literature searches, and retrieving relevant scientific materials on dozens of chemicals. Many of the chemicals would contain very large scientific databases with hundreds of new literature "hits" every year (e.g. lead, mercury, PCBs, etc.). 4. Assessing and evaluating scientific literature focusing, but not limited, to toxicology, epidemiology, and chemistry of chemicals. 5. Generating health-based guidance values for hazardous substances and conducting human exposure risk assessments. 6. Complying with federal regulations and policies regarding contractual procedures; human subjects protection; participant confidentiality; data security; and Section 508 compliance. 7. Using data management systems to track, organize, and maintain health effect information from exposure to hazardous substances. 2. Information submission instructions. a. Submission method : submit responses via email to: FTG7@cdc.gov Note: FAX submission not authorized; b. File format : MS Word.doc or.PDF file format ; c. Page format : pitch: 12-pt.; font style: Times New Roman; line spacing: single; paragraphs: double space; margins: one-inch; page size: 8.5 x 11; d. Page limit : 12. Page limit includes cover page, table of contents and all attachments or appendices as well as any charts, graphs, diagrams, references, pictures etc.; e. Organization of Information : Respondents should organize their response in accordance with the paragraph structure identified in paragraph 1 (f) above; f. Response due date and time : responses must be submitted not later than 2:00pm ET, September 04, 2009; g. Respondent's point of contact information : Identify respondents' technical and administrative points of contact, including names, titles, addresses, telephone and e-mail addresses; h. Note : respondents should be careful to respond to each subparagraph contained in paragraph 1(f) above and in particular the seven (7) topics included in subparagraph 1(f)(v). The government is not interested in receiving standard marketing brochures or white papers that do not specifically respond to the requested information. 3. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications and capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/HHS-CDC-ATSDR-SBSS-09-001/listing.html)
 
Place of Performance
Address: To be determined., Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01899067-W 20090806/090805000739-3113b3cf77e11a819ad7221f74bf2bf3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.