Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

R -- Office of Criminal Investigations (OCI) Critical Incident Response Team Consulting Services - FDA-RFI-1195075

Notice Date
2/12/2018
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-RFI-1195075
 
Archive Date
3/13/2018
 
Point of Contact
Kyle Smith, Phone: 2404027553
 
E-Mail Address
kyle.smith@fda.hhs.gov
(kyle.smith@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Information/Sources Sought Food and Drug Administration Sources Sought/Request for Information Office of Criminal Investigations (OCI) Critical Incident Response Team Consulting Contract Type: Firm Fixed Price with Other Direct Costs (ODCs) for Training, Labor Hour with ODCs for Critical Incident Responses Notice to Small Businesses The purpose of this Sources Sought Notice is to seek declarations of technical capabilities and various information, data, and materials from qualified small business concerns [including Small Businesses, SBA Certified 8(a) Small Businesses, Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone), and Service-Disabled Veteran-owned Small Businesses (SDVOSB)]. Food and Drug Administration intends to provide maximum practicable opportunities in its acquisitions to small business, service-disabled veteran-owned small business, HUBZone small business, SBA certified 8(a) small business. Background This Sources Sought Request for Information (RFI) is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Food and Drug Administration or its Centers. The purpose of this RFI is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of services described in this RFI and the draft SOW. FDA will use this market research information to assess the market's capability to successfully meet FDA OCI's Critical Incident Response Team Consulting requirements. FDA welcomes responses from all interested small businesses. FDA does not intend to make a selection decision or award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or FDA's use of such information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this RFI with any interested parties. However, FDA reserves the right to contact vendors if additional information is required. General Instructions Responses to the RFI should not exceed 10 pages in length. The 10 page limit excludes the labor category descriptions documentation. Responses should be submitted via email to Kyle Smith at kyle.smith@fda.hhs.gov by 12:00 noon ET on Monday, February 26, 2018. A complete response to the RFI should include answers to all of the questions below Please note that a respondent's failure to provide a complete response to a question will be interpreted to mean that it does not understand the question and does not demonstrate the capability to provide services required. Responses should demonstrate capability, not merely affirm the respondent's capability (e.g.: The response must go beyond the statement that, "XYZ company can provide training support."). Questions 1. Please provide a brief narrative explaining experience you have providing Critical Incident Response consulting to a law enforcement agency or first responder organization. Include a specific example of services provided resulting from a Critical Incident affecting first responders or law enforcement personnel. 2. Please provide a list of suggested Labor Categories to support the work described in the draft SOW. Include a brief narrative description of each Labor Category that identifies education, certification, and experience you deem critical or necessary to successfully execute this work. Discuss methods of attracting and retaining expertise, whether within your firm or by using partners/subcontractors. 3. Multiple task orders that require specialized capabilities could be required simultaneously and in multiple locations around the world. Please briefly - no more than two to three paragraphs -describe your capability to staff and manage a critical incident response(s). 4. Please provide documentation of the size of your business. If you are classified as a small business, Historically Underutilized Business Zone small business, Service Disabled Veteran Owned Small Business, Woman-Owned Small Business and/or SBA 8(a) certified small business. Please provide a capability statement in addition to the other information for acquisition strategy determination. Additionally, please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting. 5. Please provide suggested appropriate North American Industry Classification System (NAICS) code and rationale. 6.. Please provide the following: a. Organization name b. DUNS number c. Organization's website d. Contact Name e. Contact Telephone f. Contact E-mail address g. Size designation h. Number of employees in your organization i. Your organization's current and gross revenue
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFI-1195075/listing.html)
 
Record
SN04819548-W 20180214/180212231143-8082f753ff1af7985e77ed8482c75489 (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.