Support Services for Division of Field Studies (DFSE) and the National Institute for Occupational Safety and Health (NIOSH) Industry and Occupation Coding System
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.
Quick Summary
The Centers for Disease Control and Prevention (CDC), specifically the National Institute for Occupational Safety and Health (NIOSH), is soliciting quotes for Support Services for the Division of Field Studies (DFSE) and the NIOSH Industry and Occupation Coding System. This requirement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The government intends to award a single Firm Fixed Price purchase order. Quotes are due by February 17, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide data entry, coding, clerical, and records management support for DFSE within NIOSH. Key tasks include applying standardized industry and occupation codes (e.g., Census, NAICS, SOC) to free-text data using NIOSH's Industry and Occupation Coding System (NIOCCS), ensuring high-quality data entry, and supporting study operations. Personnel categories include Data Processing Clerk I, II, Quality Control, and Team Lead. A Transition/Phase-In Plan is required within 30 days of award.
Contract Details
- Contract Type: Firm Fixed Price purchase order
- Period of Performance: March 1, 2026, to February 28, 2031 (one base year plus four one-year option periods).
- NAICS Code: 561110 – Office Administrative Services (Size Standard: $12.5 Million)
- PSC Code: R699 Support-Administrative: Other
- Place of Performance: Primary place is a contractor-provided facility in or near Cincinnati, Ohio. Data Clerks will be required to be onsite at the CDC facility three days per week.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
Submission & Evaluation
- Questions Due: February 11, 2026, NLT 3:00 PM EST (submit in writing).
- Quotes Due: February 17, 2026, NLT 3:00 PM EST.
- Submission Method: Email proposals to Latoya Michel at zrb5@cdc.gov. Proposals must be submitted in two volumes: Volume I - Price Proposal (Excel) and Volume II - Technical Proposal (PDF).
- Page Limits: Volume I (Price) has no page limit; Volume II (Technical) has a 25-page limit.
- Evaluation: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical proposals will be rated Pass/Fail, and the award will go to the lowest-priced offeror with an acceptable technical proposal. Past performance is not an evaluation factor, but relevant experience is encouraged.
Important Notes
- Wage Determination: Compliance with the Service Contract Labor Standards and the applicable Wage Determination for Cincinnati, Ohio (WD 2015-4719) is a material term.
- Background Investigation: A Tier 1 background investigation is required for contractor personnel.
- Non-Disclosure Agreement (NDA): Bidders must review and agree to Attachment J-4 (NDA) to access sensitive solicitation materials, such as the NIOCCS Training Manual and Video demonstrations.