Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2015 FBO #4976
SOURCES SOUGHT

B -- FBI 9/11 Responder Survey and Analysis (2) - RFI

Notice Date
7/7/2015
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
DJF-PR-0022983
 
Archive Date
7/25/2015
 
Point of Contact
Matthew Simmers, Phone: 7033225986
 
E-Mail Address
matthew.simmers@ic.fbi.gov
(matthew.simmers@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Objectives THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Introduction: The United States Department of Justice (DOJ), Federal Bureau of Investigation (FBI), is requesting information on a study to determine the probability that FBI responders to the 9/11 terrorist attack locations in New York, Virginia, and Pennsylvania were either more likely, just as likely, or less likely than other first responders to develop medical or mental health issues stemming from the performance of their duties at these locations. The responses to this Request for Information (RFI) will be utilized to determine if any Small Business Set-Aside opportunities exist and to identify sources. All Small Business Set-Aside categories will be considered. In addition, this notice is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. Anticipated Contract Type: The contract type is anticipated to be Firm Fixed Price but the FBI will consider alternatives based upon responses to this RFI. Requirements: See the attached Statement of Objectives for the project overview and objectives. Submittal Information: It is requested that interested businesses submit to the Contracting Office a brief capabilities package, no more than 3 pages in length not including the cover page, single spaced, 12 point font minimum, demonstrating ability to meet the FBI's requirements. The documentation must address, at a minimum, the following: • Company Name, Company Address, Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address • Company profile to include number of employees, annual revenue history, office location(s), CAGE Code, DUNS number, and a statement regarding current small/large business status • Qualifications, if applicable, as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern • System for Award Management (SAM) registered NAICS codes • If the vendor is a small business, an explanation of the vendor's ability to perform at least 50% of the tasking described in this SOW • The type of work the vendor has performed in the past in support of the same or similar requirement to include the type of contract and method of contracting (GSA, GWAC, other contracting vehicle). This information is not limited by the 2 page limit mentioned above. • Vendor participation in any Government-wide Acquisition Contracts (GWAC) or General Services Administration (GSA) schedules which may be utilized for the contract • The specific technical skills the vendor possesses which ensures capability to meet the objectives and requirements • Areas of the requirements document that are unclear or that require more information • Estimated amount of time needed in order to fulfill this requirement • Rough order of magnitude for a project of this nature broken out by the three phases. The capability package shall be sent via email to Matthew Simmers. Submissions must be received no later than 10:00 AM Eastern Standard Time on 10 July 2015. Questions or comments regarding this notice may be addressed to Matthew Simmers at matthew.simmers@ic.fbi.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-PR-0022983/listing.html)
 
Record
SN03787494-W 20150709/150707235647-8403b6ff7ca250328b318d74eaa71944 (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.