Skip to main content

An official website of the United States government

You have 2 new alerts

Aggregated Mobility Data to Support CDC/ATSDR Public Health Priorities

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 10, 2023 10:55 pm EDT
  • Original Published Date: Jul 27, 2023 05:02 pm EDT
  • Updated Date Offers Due: Aug 21, 2023 05:00 pm EDT
  • Original Date Offers Due: Aug 16, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 05, 2023
  • Original Inactive Date: Aug 31, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: B506 - SPECIAL STUDIES/ANALYSIS- DATA (OTHER THAN SCIENTIFIC)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:

Description

Amend 1:

Adding Questions and Answers, Posting Combined Synopsis Solicitation - 75D30123R72715 Amend 1

Section A. GENERAL INFORMATION 

General Information 

Document Type: 

Combined Synopsis/Solicitation 

Solicitation Number: 

75D30123R72715

Posted Dated 

7/27/2023

Response Date 

8/16/2023 at 5:00 p.m. Eastern Time

NAICS 

541511 - Custom Computer Programming Services $34.0 Million

Product or Service Code 

B506

Set Aside: 

None – Full and Competition

A.1.1 Purpose:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This procurement is being conducted FAR Part 13 Simplified Acquisition Procedures; therefore, competitive range determinations as provided for in FAR Part 15 Contracting by Negotiation, are not applicable under this FAR Part 13 acquisition. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

A.1.2 Solicitation Number:

The solicitation number is 75D30123R72715 and is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04. 

A.1.3 NAICS Code:

The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 - Custom Computer Programming Services, with a small business size-standard of $34.0 Million. This procurement is full and open. Vendors must be registered in the System for Award Management (SAM) at http://www.sam.gov, in order to be considered for award.

A.1.4 Contract Overview and Period of Performance

ATSDR anticipates awarding one (1) Firm-Fixed Price contract from this solicitation. CDC anticipates the resulting period of performance will be 1 year with 4 option years from the effective date of the contract, a total of 5 years if all options are exercised. This contract includes the clause FAR 52.217-8, which if exercised, may add up to an additional 6 months to the contract in addition to the total of 5 years. The anticipated maximum Period of Performance for this requirement is September 1, 2023, thru August 31, 2028.

A.1.5 Place of Performance

It is anticipated the performance of this contract will be completely offsite at the successful contractor’s location.

A.1.6 Points of Contact

David Smythe, Contracting Officer – Phone: 770-488-2782 – Email: Dsmythe@cdc.gov

A.2 Submission Information

A.2.1 FAR Provisions and Clauses

This requirement includes numerous provisions and clauses by reference. Vendors submitting a quote should review the full text located at www.acquisition.gov/FAR. This includes provision FAR 52.212-1 Instructions to Offerors–Commercial Items (Section E) and clause FAR 52.212-4 Contract Terms And Conditions - Commercial Items (See Section C). Some provisions that must be filled out and returned are attached, including FAR 52.204-24 and FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. (Section D)

A.2.2 Evaluation Key Factors

This requirement will be evaluated as discussed in Section E. This includes FAR 52.212-2, Evaluation -- Commercial Item. Technical Evaluation factors are listed in descending order of importance; however when combined, technical factors are significantly more important than price. These are listed below but full details are contained in Section E.4

  • Technical Approach
  • Staffing and Management Plan
  • Similar Experience
  • Past Performance

A.2.3 Price Proposal

See price proposal instructions in Section E.3.3

A.2.4 Question Submission

Questions: Questions are due 8/2/2023, Noon Eastern Time. All questions/inquiries must be submitted via email to the points of contact in A.1.6 contracting officer. Inquiries submitted via telephone will be redirected to an e-mail submission. Submit offers and/or any questions to the attention of David Smythe at Dsmythe@cdc.gov.  Questions will be answered by 8/7/2023 and responses will be posted to SAM.gov. Late questions may still be answered if the Contracting Officer elects and will also be posted timely.

A.2.5 Submission Requirements and Quote Due Date

Vendors shall submit the quotation package in its entirety to the Contracting Officer, David Smythe, via e-mail at dsmythe@cdc.gov. Vendors who fail to complete and submit the requirements of this combined synopsis/solicitation may be considered non-responsive. Proposals received prior to the RFP closing date and time, 8/16/2023 at 5:00 p.m. Eastern Time will be considered by CDC. Late proposals will not be accepted.

Contact Information

Contracting Office Address

  • 1600 CLIFTON ROAD
  • ATLANTA , GA 30333
  • USA

Primary Point of Contact

Secondary Point of Contact





History