Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

B -- Validation study on ICD-9 or ICD-10 codes for chlamydia, gonorrhea, and syphilis

Notice Date
7/6/2017
 
Notice Type
Cancellation
 
NAICS
621511 — Medical Laboratories
 
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
12347
 
Archive Date
7/25/2017
 
Point of Contact
William T. Brannen, Phone: 7704882084
 
E-Mail Address
vwl0@cdc.gov
(vwl0@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Document Type: Sources Sought Notice Solicitation Number: 12347 Posted Date: 07/06/2017 Classification Code: R -- Professional, administrative, and management support services Naics Code: 621511- Medical Laboratories Description This is a Sources Sought Notice to determine the availability of potential small business (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) Validation study on ICD-9 or ICD-10 codes for chlamydia, gonorrhea, and syphillis. CDC is looking for, but not limiting to, small businesses that have the ability meet the requirements set forth in the attached sample Statement of Work (SOW). Contractors who believe that they posses the expertise and experience to fulfill all of these requirements in the SOW are invited to submit technical and management capabilities addressing each of the areas in writing. Interested contractors should also address whether they can fulfill the requirements via GSA schedules. Please send responses via e-mail to William Brannen at VWL0@cdc.gov by 3:00 P.M. EST. on July 10, 2017. Please limit your response to no more than five (5) pages (size: 8.5"x 11" pages, with 1" margins), using Times New Roman 12 pt font or equivalent, and submitted in Microsoft Word 2003 or Adobe PDF formats. Also include information such as: Company name, address, email, telephone number, points of contact, CAGE code, size of business pursuant to North American Industrial Classification System (NAICS) and respond to the following questions: (1) Is your business a large or small business (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business (3) If disadvantaged, specify under which disadvantaged group and whether your firm is certified under Section 8(a) of the Small Business Act. (4) Is your firm a certified HUBZone firm (5) Is your firm a woman-owned or operated business (6) Is your firm a certified Service-Disabled Veteran-Owned. All offerors must register on the CCR located at http://www.sam.gov. To the maximum extent possible, please submit non-proprietary information. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responses must be submitted not later than 3:00 P.M. EST. on July 10, 2017. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is 5 pages. This Sources Sought Notice is being used for informational and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this Notice. No reimbursement will be made for any costs associated with providing information in response to this Notice. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/12347/listing.html)
 
Place of Performance
Address: Contractors Address, United States
 
Record
SN04569445-W 20170708/170706235315-e7ab62e3a8dd28ff0d8ce82c2b039a70 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.