SOURCES SOUGHT
R -- VTC Locations & Service for Legal Hearings - Statement of Work
- Notice Date
- 12/9/2015
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
- ZIP Code
- 20537
- Solicitation Number
- D-ALJ-0123
- Archive Date
- 1/1/2016
- Point of Contact
- Catherine Statler, Phone: 2023077802
- E-Mail Address
-
catherine.n.statler@usdoj.gov
(catherine.n.statler@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- SOW (Statement of Work) for ALJ Hearings - VTC Locations and Services REQUEST FOR INFORMATION Drug Enforcement Administration Office of Administrative Law Judges THIS IS A REQUEST FOR INFORMATION ONLY. This is not a solicitation and is issued solely for information, planning purposes and market research. It does not constitute a Request for Proposal (RFP) or a promise to issue a RFP. This Request for Information (RFI) does not commit the Government to contract for any supply or service. The Drug Enforcement Administration (DEA) is not at this time seeking proposals. The purpose of this RFI is to seek industry information about existing contractors that can provide the service stated in the Statement of Work (SOW), which is attached. The DEA consistently seeks to obtain information and comments from industries that will provide the agency with insight into market conditions that will aid in the refinement of requirements and the formation of an acquisition strategy for upgrading the current Video Telecommunications (VTC) equipment and manner in which formal hearings in accordance with the Administrative Procedure Act are currently being conducted in various locations around the United States. This RFI is designed to conduct market research to determine the level of availability in the current market. The DEA is interested in obtaining information from contractors that can met the requirements in the SOW. Small businesses are encouraged to respond to this RFI in order to assist the DEA in determining the potential level of interest, adequate competition, and technical capability of the Small Business community to fulfill this requirement. However, responses to this RFI are solicited from all interested parties. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential Offerors to monitor these sites for additional information pertaining to this requirement. Responses: Interested parties are requested to respond to this RFI with a white paper. I. Section I of the white paper shall provide administrative information, and shall include the follow as a minimum: a. Company name; mailing address; physical address; point of contact(s); telephone number; fax number; email address, Federal Tax Identification Number; DUNS number; NAICS code; company business size (if small indicate type); and GSA schedule number (if applicable), and must be registered in Systems for Award Management (www.SAMS.gov) to be considered for this requirement. b. A corporate or company capability statement between one (1) and five (5) pages that includes relevant experience within the last three (3) years. Relevant experience is defined as possessing the experience described in the SOW. The capability statement should include a detailed description of similar services performed for other Government agencies. c. A representative sample of contracts your firm was awarded to provide the requirements as described in this notice within the past three (3) years. For each contract listed include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e., federal agency) and respective point of contact (e.g., point of contact's name, phone number and email address). The Government encourages creativity and innovation in responses to the RFI. The North American Industry Classification System (NAICS) code applicable to this requirement is 541519 Other Computer Related Services. Any questions about this RFI should be submitted to Catherine Statler no later than December 14, 2015, 11:00 a.m. local Eastern Standard Time. Answers to general questions will be provided under an amendment to the RFI and posted to FBO. Answers to vendor specific questions will be provided under an amendment to the RFI and posted to FBO. Answers to vendor specific questions will be provided directly to the vendor. Interested parties are requested to submit a white paper, inclusive of Section I and Section II, via email directly to Catherine.n.statler@usdoj.gov no later than December 17, 2015, 11:00 a.m. local Eastern Standard. Any responses received after the closing date and time will not be considered. No literature will be returned to responding sources and each source is solely responsible for all expenses associated with submitting their literature. All information will be kept confidential and will not be disseminated to the public. This "sources sought" synopsis neither constitutes a RFP, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Request for a solicitation will not receive a response. II. Section II of the white paper shall discuss the requirement listed in the SOW. a. Please see the attached Statement of Work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/D-ALJ-0123/listing.html)
- Record
- SN03965893-W 20151211/151209235148-034b8f4f709fddf28afd8aabd4b971ea (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 |