SOURCES SOUGHT
R -- Emergency Support Functions (ESF #13) REQUEST FOR INFORMATION - ESF #13 STATEMENT OF WORK (SOW)
- Notice Date
- 3/1/2018
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
- ZIP Code
- 20226
- Solicitation Number
- DJA-18-ASOD-PR-0454
- Point of Contact
- REGI TROULLIER, Phone: 2026487625, James M. Huff, Phone: 2026487625
- E-Mail Address
-
REGI.TROULLIER@ATF.GOV, james.huff@atf.gov
(REGI.TROULLIER@ATF.GOV, james.huff@atf.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ESF #13 STATEMENT OF WORK (SOW) REQUEST FOR INFORMATION (RFI) THIS NOTICE IS FOR INFORMATIONAL AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ALL QUESTIONS REGARDING THIS RFI SHALL BE IN WRITING. PHONE CALLS WILL NOT BE ACCEPTED. SUMMARY/ PURPOSE The purpose of this Request for Information (RFI) is to ascertain the capabilities and past performance of qualified small and socio-economic program participants under the GSA Professional Services Schedule 00CORP capable of performing emergency support functions. This includes GSA 00CORP Schedule holders under the 8(A), HUBZone, Service-Disable Veteran Owned, Woman Owned, and general small businesses capable of providing the required emergency support functions services under NAICS Code 541611, and in accordance with the draft Statement of Work (SOW). It is anticipated that the award will be made under the MOBIS SIN - 874-1, the Logistics schedule SIN - 874 - 503 and /or 874 - 505, or any other SIN deemed appropriate or in the government's best interest. BACKGROUND: The Department of Justice (DOJ) Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) requires Emergency Support Functions services. ATF serves as DOJ's coordinating agency for National Response Frameworks Emergency Support Function #13 (ESF #13) - Public Safety and Security (PS&S) emergency support function (ESF). The mission of ESF #13 is to provide federal public safety and security assistance to Federal, State, Local, Territorial, and Tribal (FSLTT) organizations overwhelmed by an actual or anticipated disaster or an act of terrorism (AOT). As part of the National Response Framework, ESF #13 provides a mechanism for coordinating and providing Federal-to-Federal support; Federal support to State, tribal, and local authorities; and/or support to other ESFs. These services include, but are not limited to, law enforcement, public safety, and security capabilities and resources during incidents requiring a coordinated Federal response. The DOJ, acting through the ATF, coordinates the deployment of federal resource requirements during an ESF #13 callout. PERIOD OF PERFORMANCE: The task order is anticipated to be awarded by August 2018, to be effective September 2018. There is an anticipated transition period of thirty (30) days. The task order is contemplated to be for a base year and four one (1)-year option periods. The projected release date for the Requests for Quote (RFQs) is the third quarter of calendar year 2018. ANTICIPATED CONTRACT TYPE: The task order is contemplated to be firm-fixed priced using labor rates off of GSA's Professional Support Services (PSS) Schedule (00CORP), but ATF retains the right to consider alternatives based upon responses to this RFI. The applicable NAICS Code is 541611 RFI RESPONSE SUBMITTAL INFORMATION: If you are a GSA 00CORP scheduled Small or Socio-economic vendor and are interested in providing ATF Emergency Support Function services in accordance with the attached DRAFT Statement of Work (SOW) you are requested to submit a capability statement which addresses at a minimum, the questions presented within this announcement. Please submit 1 copy of your response in Microsoft Word and 1 copy in PDF format. Each document should not exceed eight (8) one-sided 8 ½ x 11 pages per document. That is a total of not more than 16 pages, with one inch margins, and font no smaller than 12 point. Should any vendor exceed the eight (8) page limit per document only the first eight (8) pages will be evaluated. That is: 1 copy of your response in Microsoft Word - Not more than 8 pages 1 copy of your response in PDF format - Not more than 8 pages Total page count of submission -- Not more than 16 pages Additionally, there is to be no cover page, table of contents, appendix or extensive emails; if submitted, each page will count towards the total page limit. Item #1. Company name, CAGE code, address, telephone number, a point of contact with email address and Data Universal Numbering System (DUNS) number. Provide the full GSA Schedule Contract number including industrial class logistics SINs. Indicate business size status for the NAICS Code identified in this document, and all identified Socio-economic sub-category status held. Item #2. A summary of the firm's relevant past experience; to include a minimum of three references in providing the same or similar Emergency Support Functions as those required in the attached DRAFT Statement of Work (SOW) during the past five years, including any on-going contracts. Include contracting activities/agencies, contract numbers, contract value, contract period of performance, whether your company served as a prime contractor or subcontractor, and a point of contact (name, email address and telephone number) at the activity that can verify the information you are providing. Item #3. Capability Statement - Please describe in detail how you would fulfill the requirements of the SOW. The Government will evaluate all responses and determine if the pool of interested GSA Socio-economic vendors or general small business firms are capable of fulfilling this requirement. The Government does not intend to rank submitted capabilities based on the submission. It is highly recommended that, prior to submitting a response, all interested vendors ensure the accuracy of their System for Award Management (SAM), CAGE code, ORCA and Dun and Bradstreet information and status under the applicable NAICS Code 541611, as these requirements are mandatory for any firm selected for task order award. Any interested GSA Socio-economic or general small business vendors capable of providing the required Emergency Support Functions services are encouraged to submit the information requested in items 1-3 for consideration, and inclusion in notice of additional information. The capability package and answers to the questions shall be sent via email to Contract Specialist, Regi Troullier, at Regi.Troullier@atf.gov and Contracting Officer, Mr. James Huff, at James.Huff@atf.gov not later than 12:00 PM Eastern Time on March 12, 2018. Questions or comments regarding this notice must be emailed to Regi.Troullier@atf.gov -- no telephone calls will be accepted. NOTE: No pricing information is requested. As noted above, this is not a Request for Quotation or Proposals. Responses to this RFI are not considered offers and cannot be accepted by the Government to form a binding contract. Respondents should not submit any proprietary information when responding. The Government is not responsible for any costs incurred by respondents to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA-18-ASOD-PR-0454/listing.html)
- Place of Performance
- Address: Performance shall occur throughout the US and her territories., United States
- Record
- SN04839362-W 20180303/180301231152-eb4d4050ea13aa61e3db77c484e71452 (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 |