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) and its Division of Field Studies (DFSE), is soliciting proposals for Support Services for the Industry and Occupation Coding System. This requirement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with the intent to award a single Firm Fixed Price (FFP) purchase order. Proposals are due by February 16, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide essential data entry, coding, clerical, and records management support for health studies within NIOSH’s Division of Field Studies. Key tasks include applying standardized industry and occupation codes to free-text data using systems such as Census, NAICS, SOC, and NIOSH’s own Industry and Occupation Coding System (NIOCCS). The services require ensuring high-quality data entry and coding, supporting study operations, and assisting with records management. Personnel categories include Data Processing Clerk I, Data Processing Clerk II, Data Processing Clerk – Quality Control, and Data Processing Clerk II – Team Lead. Compliance with all applicable security and privacy requirements, including Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII), as well as Section 508 accessibility standards, is mandatory.
Contract Details
- Contract Type: Firm Fixed Price (FFP) purchase order.
- Period of Performance: The contract will span from March 1, 2026, to February 28, 2031, comprising a base period and four one-year option periods.
- Set-Aside: This is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The NAICS code is 561110 – Office Administrative Services, with a size standard of $12.5 Million. The Product Service Code (PSC) is R699 Support-Administrative: Other.
- Place of Performance: Cincinnati, OH 45213.
- Incumbent Information: The previous contract was an 8(a) direct sole source awarded to Johnsons Consulting, LLC (dba Cetechs), expiring on February 28, 2026.
Submission & Evaluation
- Questions Due: February 11, 2026, by 3:00 PM EST.
- Proposals Due: February 16, 2026, by 3:00 PM EST.
- Submission Method: Proposals must be submitted via email to Latoya Michel at zrb5@cdc.gov. Submissions require two volumes: Volume I (Price Proposal in Excel) and Volume II (Technical Proposal in PDF, with a 25-page limit).
- Evaluation: Award will be made based on the Lowest Price Technically Acceptable (LPTA) methodology. Technical acceptability is assessed on a pass/fail basis, and only the lowest-priced technically acceptable offer will be selected. Past performance is not an evaluation factor, though relevant experience is encouraged. No Key Personnel are designated, and resumes are not required.
- Wage Determination: Offerors must comply with the Service Contract Labor Standards. The applicable Wage Determination is for Cincinnati, Ohio (WD 2015-4719).
Contact Information
For any questions regarding this solicitation, contact Latoya Michel, Contracting Officer, at zrb5@cdc.gov. All questions must be submitted in writing.