OSIST (formerly SEOSS) Support Services Sources Sought Notice
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
OSIST (formerly SEOSS) Support Services Sources Sought Notice
U.S. Department of Health and Human Services
Food and Drug Administration (FDA)
Office of the Chief Scientist / Office of Occupational Safety and Health (OOSH)
OSIST Support Services (OC-2026-131562)
PURPOSE
This Sources Sought Notice is issued solely for market research purposes in accordance with FAR Part 10. This is not a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quote (RFQ). No contract will be awarded from this notice. No reimbursement will be provided for responding.
The FDA seeks to identify qualified and capable small businesses able to provide support services described in the attached draft Statement of Work (SOW) for the Occupational Safety, Industrial Hygiene, Information Systems, and Training (OSIST) Support Services requirement.
BACKGROUND
FDA requires a contract to obtain multidisciplinary support across the following areas:
Occupational Safety, Policy & Laboratory Quality Support, Primary Barrier Equipment Maintenance & Support, Industrial Hygiene Support Services, Information & Data Management, Training Development & Management.
These services support FDA's mission to ensure safe, compliant, and high-performing laboratory and workplace environments. The work is to be performed at one of FDA laboratories located throughout the United States.
This work is currently being performed as a small business set-aside under FDA contract #75F40120D00043.
SCOPE OVERVIEW
Contractors may be required to provide support in one or more of the following task areas:
- Program & Project Management
- Transition Services
- Occupational Safety, Policy, & Laboratory Quality Support
- Primary Barrier Equipment Maintenance, Testing, Decontamination & Certification
- Industrial Hygiene Support Services
- Information & Data Management Support
- Training Development & Management.
A draft SOW is included for industry review and comments.
ANTICIPATED NAICS CODE
FDA is considering the following NAICS code: 541990: All Other Professional, Scientific, and Technical Services.
Respondents may recommend a more appropriate NAICS code as part of their response with a brief rationale.
REQUESTED INFORMATION
To comply with the updated FAR market research guidance, FDA seeks to assess industry capabilities, refine requirements, re-evaluate acquisition strategy and approach, and identify potential contract vehicles, including but not limited to GSA Schedule contracts.
Response Format: Complete the attached Excel template
(FDAOSIST VendorResponseMatrix.xlsx) with the requested information organized in the following categories:
A. Basic Vendor Information
- Business Name & Address
- Point of Contact (name, email, phone)
- Unique Entity Identifier (UEI) and CAGE Code
- Recommended NAICS Code and rationale
- Small business size classification under the recommended NAICS (e.g., small business, 8(a), WOSB, SDVOSB, HUBZone)
B. Contract Vehicles
GSA or other governmentwide vehicles your company holds that are suitable for this type of work
C. Subcontracting Intent
Do you anticipate subcontracting? (Yes/No)
If yes, estimated percentage and areas where subcontracting may occur
D. Capability Assessment
For each Task Area (1-7), indicate:
Capable as Prime: Yes/No
Years of Experience: Number of years performing specific tasks
Brief Capability Description: Specific experience summary
E. Specialized Task Area Details
Task Area 4 - Primary Barrier Equipment:
Experience with biomedical/research laboratory settings
Types of facilities serviced (BSL-2, BSL-3, BSL-4, Vivaria, ABSL, cleanrooms)
Specific barrier systems routinely serviced (BSCs, HEPA-filtered devices, isolators, etc.)
Task Area 5 - Industrial Hygiene:
Federal agencies/biomedical facilities served
Scope of IH work (exposure monitoring, sampling, ventilation testing, risk assessments, etc.)
Task Area 7 - Training Development:
Experience with eLearning authoring tools (Articulate Storyline, Rise, Lectora, Adobe Captivate, etc.)
Years of experience with each platform
Examples of training developed for federal agencies
F. Relevant Past Work
Provide up to three examples of relevant work:
Agency/Client Name
Approximate Contract Value
Period of Performance
Description of work performed as it relates to the SOW
G. Optional Industry Feedback
Potential barriers to small business participation
SOW clarity or scope recommendations
RESPONSE FORMAT
Complete the provided Excel template: FDAOSISTVendorResponseMatrix.xlsx
File naming convention: FDAOSISTResponse_[Company Name].xlsx
Page limit: Information should fit within the template structure
Font: 11-point or larger within Excel cells
PROPRIETARY INFORMATION
Do not submit proprietary, classified, or sensitive information.
DISCLAIMER
This notice does not obligate the Government to award a contract. No reimbursement will be made for costs associated with responding.
SUBMISSION INSTRUCTIONS
Submit completed Excel response template via email to: Sr. Contract Specialist, Sheneil Green Email: Sheneil.green@fda.hhs.gov , Subject Line: FDA OSIST Sources Sought Response – [Company Name] .