SOURCES SOUGHT
99 -- Installation and maintenance of Team Awareness Kits
- Notice Date
- 3/6/2025 7:35:34 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- ATF WASHINGTON DC 20226 USA
- ZIP Code
- 20226
- Solicitation Number
- 15A00025ATF0001
- Response Due
- 3/28/2025 11:30:00 AM
- Archive Date
- 04/12/2025
- Point of Contact
- David Berger, Phone: 2026489131, Charles Strickland
- E-Mail Address
-
david.berger@atf.gov, charles.strickland_jr@atf.gov
(david.berger@atf.gov, charles.strickland_jr@atf.gov)
- Description
- Request for Information (RFI)/Sources Sought Notice: The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is seeking a RFI/Sources Sought. This is a RFI/Sources Sought Notice in accordance with Federal Acquisition Regulation (FAR) 52.215-3 � Request for Information or Solicitation for Planning Purposes (OCT 1997). It constitutes neither a Request for Proposal nor an Invitation for Bid. It does not restrict the Government to an ultimate acquisition approach. This RFI/Sources Sought Notice IS NOT A SOLICITATION or an expression of intent to issue a solicitation of any kind in the future. It should not be construed as a commitment by the Government for any purpose other than to gain the information requested. Interested parties are encouraged to respond to this RFI/Sources Sought Notice. The Government will not pay for information, materials, and/or demonstrations received in response and is in no way obligated to respondents by or for any information received. BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS: A few years ago, the ATF recognized the need to integrate Team Awareness Kit (TAK) into our day-to-day operations, as it provided an unmatched situational awareness capability. TAK Servers were added to connect isolated teams and to federate with other government agencies. ATF currently manages two servers in AWS Govcloud to include a TAK 4.3 instance on RHEL 7 and TAK 4.8 instance on RHEL 8 servers. All subscribers are on Android-based EUDs. The anticipated contract type is an IDIQ type contract with Firm, Fixed Price delivery orders. ATF is looking for a company to perform the following: Installation and maintenance of Team Awareness Kits. Delivery/Performance Time Sixty (60) days from award or period of performance (POP) is one (1) year base and four (4) one-year ordering periods, plus FAR clause 52.217-8, Option to Extend Services for an additional 6 months if necessary. Product/Service Description: Installation and maintenance of Team Awareness Kit software in the ATF environment. NAICS: 541519 Other computer related services Product or Service Code: 7030, Information Technology Software THIS IS NOT A REQUEST FOR PROPOSAL. This is a market research tool. The input provided will help the ATF ascertain the interest, capability, and capacity of potential businesses both small and large. If you are an interested business, ATF would appreciate your assistance in providing a Statement of Capabilities to include the following: 1) Full business name and address. 2) Cage code and Unique Entity Identifier (UEI). 3) Name, phone number, and e-mail address of a company representative the Government may contact for additional information. 4) Size of business [based on the applicable NAICS code]. 5) Statement as to whether business is actively registered in the System for Award Management (www.beta.sam.gov). 6) Statement as to whether business is domestically or foreign owned (if foreign owned, please indicate country of ownership). 7) A statement to the technical understanding of the requested task in the Draft Performance Work Statement. 8) Recent and relevant experience. Describe ability to support the scope of the requirement(s) of the Draft Performance Work Statement. Include brief description(s) of any prior experiences that best illustrates your company�s qualifications related to performing the services in accordance with the Draft PWS. 9) No pricing and or cost data and or information should be included with your response. If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. Submissions are to be no more than 10 pages and no less than 12 point font, in Time New Roman. Responses should be sent to David Berger at email: david.berger@atf.gov by Friday 28 March 2025, 2:30 pm EST. All requests for further information must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI/Sources Sought Notice will be posted as updates to this notice. Disclaimer: This is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The ATF will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. This RIF/Sources Sought Notice is issued for the purpose of Market Research only and the Government is in no way obligated to purchase any services or material as a result of this inquiry. The Government will NOT pay for any information submitted by respondents in response to this RIF/Sources Sought Notice. If a solicitation or solicitations would result, it/they would be synopsized on the SAM.gov website and it would be the offeror's responsibility to monitor the SAM.gov website for any such notices.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c86d8922e1da459481f61c984ccca049/view)
- Place of Performance
- Address: Sterling, VA 20166, USA
- Zip Code: 20166
- Country: USA
- Zip Code: 20166
- Record
- SN07364309-F 20250308/250307152956 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |