Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SPECIAL NOTICE

R -- Research Support Services

Notice Date
5/11/2010
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOLRFI-121-109K-102
 
Archive Date
6/9/2010
 
Point of Contact
Myla Gale, Phone: 2026937197
 
E-Mail Address
gale.myla@dol.gov
(gale.myla@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
***THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. PLEASE READ ALL OF THE INFORMATION PROVIDED BELOW. THIS RFI IS BEING ISSUED UNDER RFI NUMBER DOLRFI-121-109K-102*** The United States Department of Labor (DOL) is conducting market research for an upcoming procurement requirement entitled "Research Program 2010", in support of the Bureau of International Labor Affairs. This potential procurement will require the services of contractor(s) to provide research and research papers on the following topics: the promotion of sustainable livelihoods in developing countries for workers and their families; strategies for consumption smoothing in developing countries; and the impacts of trade-related labor provisions in trade preference programs on labor rights in developing countries. Interested contractors responding to this RFI will be required to indicate their ability to fulfill all the requirements that are stipulated below: A. Can you demonstrate research in one or more of the following areas: 1. Sustainable livelihoods in developing countries, with experience investigating the causal relationship between policy and/or program intervention and outcomes for workers and their families. 2. Interventions that assist developing country workers and their families to smooth consumption during times of economic hardship, with experience investigating the causal relationship between policy and/or program intervention and outcomes for workers and their families. 3. Impacts of the labor provisions in developed countries' trade preference programs on the state of labor rights over time in developing countries. B. Within the last two years, have you had one or more publication or commitment to publish in a peer-reviewed journal in one or more of the following areas? 1. Sustainable livelihoods in developing countries, with experience investigating the causal relationship between policy and/or program intervention and outcomes for workers and their families. 2. Interventions that assist developing country workers and their families to smooth consumption during times of economic hardship, with experience investigating the causal relationship between policy and/or program intervention and outcomes for workers and their families. 3. Impacts of the labor provisions in developed countries' trade preference programs on the state of labor rights over time in developing countries. C. Do you have one or more peer-reviewed journal publications listed in The Journal of Economic Literature Abstracts or a peer-reviewed law review publications of an accredited law school listed in Westlaw ? D. Does your company employ individuals who hold a PhD from an accredited university or a JD from an accredited law school? E. Can you demonstrate affiliation with a research institution? All interested parties who believe they meet the above mentioned criteria are invited to respond to this RFI, with an indication if their ability to fulfill the above requirements. It is anticipated that, if one is released, the solicitation will be issued under NAICS code 541990 with a size standard of $7M. A Statement of Qualifications/Capabilities Statement package must be transmitted under a cover letter. The cover letter must cite the following information at a minimum: 1. Response to RFI Number DOLRFI-121-109K-102; 2. Vendor's Company Name, Address, Contact Person Information; 3. Vendor's DUNS Number; 4. Business Size and Size Standard / Classification (Large Business (LB); Small Business (SB); Services Disabled Veteran Owned Small Business (SDVOSB); 8(a); HubZone Small Business, etc.) The closing date for the receipt of responses is 1:00 PM, Eastern Time, May 25, 2010. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses must be submitted electronically via email gale.myla@dol.gov. Questions regarding this RFI may be submitted via email to Ms. Myla Gale at gale.myla@dol.gov no later than May 18, 2010, 1:00 PM EST. Telephone calls regarding this RFI will not be accepted. The government reserves the right to award using a HUB-Zone certified small business set-aside, an 8(a) certified small business set-aside, a small business set-aside or under full and open procedures. If at least two responsible HUB-Zone certified small business concerns are determined by the Government to be capable of performing this requirement, the requirement will be solicited as a 100% set-aside for HUB Zone certified small business concerns. If two or more HUB Zone certified small businesses are not found capable, but two or more 8(a) certified small business concerns are, this requirement will be solicited as a 100% (8)a certified set-aside for small business concerns. If two or more 8(a) certified small business concerns are not found capable, but two or more other small business concerns are, this requirement will be solicited as a 100% small business set-aside. If capability packages are not received from at least two responsible small business concerns by the response date of May 25, 2010, or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. This RFI is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOLRFI-121-109K-102/listing.html)
 
Place of Performance
Address: Department of Labor, 200 Constitution Ave., NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02146098-W 20100513/100511234841-38c5ce6bb23030d39d445daa73eba62f (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.