SOURCES SOUGHT
99 -- Center for Tobacco Products� (CTP�s) Office of Compliance and Enforcement�s (OCE�s) data collection, review, compiling, and analysis services IDIQ
- Notice Date
- 4/23/2020 8:39:09 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FDA Office of Acquisitions and Grants Services Rockville MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- FDA-20-RFI-1227442
- Response Due
- 5/6/2020 12:00:00 PM
- Archive Date
- 05/21/2020
- Point of Contact
- Noah Wills, Phone: 240-402-5220
- E-Mail Address
-
noah.wills@fda.hhs.gov
(noah.wills@fda.hhs.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The RFI has been updated to change the text in ""Capability Statement"" below. RFI Notice: The U.S. Food and Drug Administration's (FDA), Office of Acquisitions and Grants Services (OAGS), is conducting market research to support acquisition planning for the evaluation of the FDA�s Center for Tobacco Products� (CTP�s) Office of Compliance and Enforcement�s (OCE�s) data collection, review, compiling, and analysis services. The purpose of this RFI is to identify INTERESTED 8(a) contractors that are capable of providing the full range of services described in this RFI and the draft statement of work (SOW). FDA will use this market research information to assess the market's capability to successfully meet FDA's Center's requirements for data collection, review, compiling, and analysis services. FDA welcomes responses from all interested 8(a) contractors. FDA does not intend to make a decision or award a contract on the basis of responses nor otherwise reimburse interested sources for the preparation of any information submitted for FDA's use of such information. FDA reserves the right to contact contractors if additional information is required. Background: The FDA Center for Tobacco Product�s (CTP), Office of Compliance and Enforcement (OCE) has the authority to regulate tobacco products, manufacturers, and retailers. OCE regulates tobacco products, manufacturers, and retailers through a variety of enforcement methods. These methods include inspections of manufacturers and retailers, reviewing product regulatory submissions and notifications, and finding and analyzing print and electronic advertising, labeling, and promotions. OCE is seeking data collection, review, compiling, and analysis services to enable OCE staff to effectively focus attention on the decisions and actions required to enforce tobacco regulations. Through this IDIQ, the Government seeks to achieve the following objectives: ����� Consolidate interrelated tasks to improve the efficiency and effectiveness of the FDA/CTP enforcement mission ����� Create infrastructure to manage the growth in enforcement related activities anticipated by CTP over the next five years This scope of work encompasses the following task areas: ����� Transition-In ����� Program and Project Management ����� Receipt, Review, and Processing of Retailer Compliance Check Inspection Data and Associated Documents ����� Transition-Out Response Instructions: Any businesses with the availability, capability and interest to provide these services shall provide a response by the Response Date of this notice with information in the following sections: Cover Page that includes: Company Name Company Address Company Website DUNS number Socio-economic status (i.e. small, 8(a), VOSB, SDVOSB, HUBZone, SDB, WOSB, etc.) Point of Contact (Name, position, email and phone number) Capability Statement - A brief summary of the company�s capability to perform data collection, review, compiling, and analysis services. This summary shall not exceed one thousand (1,000) words using 8.5� x 11� pages, 12-point font size in Times New Roman, and single-spaced. Attachments: Draft SOW: See attached DRAFT statement of work (SOW), which is subject to change. Potential offerors responding to this notice are highly encouraged to review the attached DRAFT SOW, and provide comments and feedback using the Tracked Changes and comment features found in MS Word. DRAFT Evaluation Factors - See attached DRAFT evaluation factors, which is subject to change. Potential offerors responding to this notice are highly encouraged to review the attached DRAFT evaluation factors, and provide comments and feedback using the Tracked Changes and comment features found in MS Word. Responses to this notice must be submitted via email to Noah Wills (Noah.Wills@fda.hhs.gov). Responses will not be accepted by any other means. Responses are due by 3:00 PM Eastern Time (ET), Wednesday, May 6, 2020. Late responses may not be considered. Responses to this Request for Information shall be sent via email as one (1) attachment (Microsoft Word or Adobe Acrobat formats only) to the Government representatives listed in this notice. Responses to the two (2) sections shall be in one (1) document and included as an attachment to the e-mail. The attachment shall be on 8.5� x 11� pages, with 12-point font size in Times New Roman (or equivalent) and single-spaced. The email subject line shall read, �FDA-20-RFI-1227442 - __________ (enter name of your company.)� No other information other than what is specifically outlined this section shall be submitted. Disclaimer: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of the review. Current incumbent contract information: Contract number: HHSF223201610014I Contractor: BA-ZAI JV, LLC IDIQ Contract ceiling: $75,000,000.00
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7322bf0d53d649cc9a25f80c0d0d6535/view)
- Record
- SN05634724-F 20200425/200423230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |