SOURCES SOUGHT
R -- Combined Federal Campaign (CFC)
- Notice Date
- 3/2/2011
- Notice Type
- Sources Sought
- NAICS
- 561499
— All Other Business Support Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-11-630019C
- Archive Date
- 4/8/2011
- Point of Contact
- Patricia M Pemberton, Phone: 301-827-1022, Jontae' Byrams, Phone: (301) 827-7224
- E-Mail Address
-
patricia.pemberton@fda.hhs.gov, Jontae.Byrams@fda.hhs.gov
(patricia.pemberton@fda.hhs.gov, Jontae.Byrams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of Health and Human Services, FDA, 5630 Fishers Lane, Rockville, MD 20857. Description This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses that are HUBZone, 8(a), Small Disadvantaged Business, Woman-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Business firms. This notice is for planning purposes only and is not a notice of solicitation issuance. This notice does not constitute a commitment, implied or otherwise, that a procurement action will be issued in the future. The Government will not reimburse Contractors for any effort resulting from their response to this notice. Each year the Federal government participates in the Combined Federal Campaign (CFC). The CFC is the nation's leading fundraising program. The mission of the CFC is to support and promote charitable giving through a voluntary program that is employee-focused and provides them with an opportunity to give to the causes that matter most to each individual donor. The CFC is the only authorized solicitation of employees in the Federal workplace on behalf of charitable organizations. (See 5 CFR 950.) The CFC is a massive undertaking involving the solicitation of more than 9000 employees of the Food and Drug Administration (FDA) in the National Capital region through outreach events, promotional e-mails, and distribution of campaign materials. Contractor will be required to: 1 Formalized a CFC Strategy with the Center or Office who has the lead responsibility for the campaign. 2. Provide a written outline of the program manager campaign responsibilities and roles. Develop a strategy and determine approximate dates for important stages of the campaign, including timing of special events. 3. Facilitate the selection of Center Campaign Managers to discuss institutional/traditional organizational reporting requirements with each Center or Office 4. Establishment of Goals: The Contractor(s) shall attend Washington Area CFC Executive sessions sponsored by the Combined Federal Campaign of the National Capital Area to receive guidance and instructions on Campaign from key officials, including the latest instructions from the Office of Personnel Management (OPM). 6. Facilitate Selection of Coordinators and Key workers 7. Facilitate Training of Coordinators and Key workers 8. Facilitate Distribution of CFC Materials. 9. Execution of Campaign 10. Facilitate Candidates for Communication Contest. 11. Closeout Ceremony- The Contractor(s) will work with the FDA Campaign manager to plan and coordinate an award ceremony for FDA. Interested small business potential offerors are encouraged to respond to this notice. Responses to this notice shall be limited to 7 pages, and must include: A. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. B. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. C. Business size for NAICS 561499, with a small business size standard of $7million and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). D. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. E. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. F. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #C, above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist named below not later than 2:30 PM Eastern Standard time on March 24, 2011. All responsible sources that can provide and meet the above requirement shall submit written Capability Statement by mail or by fax (301) 827-7106. All sources must submit along with their written Capability Statement a nine-digit numeric Duns number is assigned by Dun & Bradstreet. To apply for a Duns number, please call 1-866-705-5711. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Patricia Pemberton, Contracting Officer, FDA/OAGS/DAO/SCT, 5600 Fishers Lane, HFA-500, FSHL Bldg., Rm 2081, Rockville MD 20857 Email address: Patricia.Pemberton@fda.hhs.gov No calls will be accepted
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-11-630019C/listing.html)
- Place of Performance
- Address: White Oak, Maryland, Silver Spring, Maryland, United States
- Record
- SN02391517-W 20110304/110302234509-e4f654779ddf876766b753b9c1d23765 (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 |