Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2015 FBO #4837
SOURCES SOUGHT

70 -- Underground Coal Mine Hazardous Location (HAZLOC) Informational Display Terminal - 2015-1501 RFI

Notice Date
2/19/2015
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
2015-1501
 
Archive Date
3/21/2015
 
Point of Contact
Michael Lankford, Phone: 7704881862, Abby L. Martin, Phone: 7704883221
 
E-Mail Address
vel6@cdc.gov, wzo7@cdc.gov
(vel6@cdc.gov, wzo7@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Underground Coal Mine HAZLOC Informational Display Terminal: 2015-1501 RFI 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: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled. veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The NAICS code for this acquisition is 541512 with a size standard of $27.5 million. Contractors who believe that they possess the expertise and experience to fulfill the requirements are invited to submit technical and management capability statements to address 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 vel6@cdc.gov by close of business on 6 March 2015. Please limit your response to no more than eight (8) pages (size: 8.5"x 11" pages, with 1" margins), using Times New Roman 12 point font or equivalent, and submitted in Microsoft Word or Adobe PDF format. Also include information such as: Company name, address, email, telephone number, points of contact, DUNS number, CAGE code, size of business pursuant to North American Industrial Classification System (NAICS), socioeconomic status, 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 SAM located at http://www.sam.gov. To the maximum extent possible, please submit non-proprietary information. All information received that is marked "Proprietary" will be handled accordingly. 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 received by COB 6 March 2015. 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/2015-1501/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03645862-W 20150221/150219234925-fa6c79c732613fb9490519f972fb0722 (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.