Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2025 SAM #8522
SOURCES SOUGHT

42 -- EMERGENCY SUPPORT SECTION Deployment Equipment

Notice Date
3/25/2025 8:25:40 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
15A00025RFI25MAR2025
 
Response Due
4/8/2025 11:30:00 AM
 
Archive Date
04/23/2025
 
Point of Contact
David Berger, Phone: 2026489131, Christian Shepherd, Phone: 2026487129
 
E-Mail Address
david.berger@atf.gov, Christian.Shepherd@atf.gov
(david.berger@atf.gov, Christian.Shepherd@atf.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR INFORMATION (RFI) THIS NOTICE IS FOR INFORMATIONAL AND MARKET RESEARCH PURPOSES ONLY. THE ATF IS CONDUCTING MARKET RESEARCH TO DETERMINE INTEREST AND CAPABILITY OF POTENTIAL SOURCES. 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. NO PHONE CALLS WILL BE ACCEPTED. SUMMARY/ PURPOSE The purpose of this RFI is to identify offerors for market research and to determine whether to set-aside this requirement for Small Business for vendors to provide Basic FLEO QRT Kit types in accordance with the attached draft Statement of Work (SOW). NAICS: 339113 Personal safety devices, not specified elsewhere, manufacturing Product or Services Code: 4240 Safety and Rescue Equipment Is your business categorized as a small business under the anticipated NAICS code listed above, please identify any Small Business. Please identify if you are part of any socio-economic programs your businesses are eligible for or an alternative NAICS that better fits this requirement. PERIOD OF PERFORMANCE: The Blanket Purchase Agreement (BPA) is anticipated to be awarded by May 2025. The BPA is contemplated to be for a base ordering period and four one (1)-year option periods. ANTICIPATED CONTRACT TYPE: The government anticipates a firm-fixed-price BPA, but ATF retains the right to consider alternatives based upon responses to this RFI. RFI RESPONSE SUBMITTAL INFORMATION: Interested sources are invited to respond to this RFI announcement by submitting the following information: Item #1. Company name, CAGE code, address, telephone number, a point of contact with email address and Unique Entity (UEI). Provide the full GSA Schedule Contract number. Indicate business size status for the NAICS Code identified in this document, and all identified Socio-economic sub-category status held. If the services can be solicited from a General Services Administration (GSA) schedule contract vehicle or Open Market. Item #2. A summary of the firm�s relevant past experience; to include a minimum of three references. 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. Questions or comments regarding this RFI should be emailed to david.berger@atf.gov and Christian.shepard@atf.gov no later than 4 April 2025, 2:30pm EST. Telephone calls will not be accepted. The capability package shall be sent via email to the Contracting Officer David Berger, at David.Berger@atf.gov and Contract Specialist Christian Shepherd, at Christian.shepherd@atf.gov no later than 8 April 2025, 2:30pm EST. NOTE: No pricing information is requested or should be included in the RFI responses. 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. This is for market research only. Respondents should not submit any proprietary information when responding. The Government is not responsible for any costs incurred by respondents to this RFI. Attachment 1 � Statement of Work Attachment 2 � BPA Items Note in the following documents are referenced in the Statement of Work for this RFI. Appendix A � Product Requirements (Xcel Spreadsheet). This has been included in this RFI and is also known as BPA Items. Appendix B � Price Template (Xcel Spreadsheet). This will be included in the solicitation for this BPA at publication. Appendix C � Standard Delivery Addresses. This will be included in the solicitation for this BPA at publication.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77e9112b94284222b3f7fda433fc4ae5/view)
 
Place of Performance
Address: Washington, DC 20530, USA
Zip Code: 20530
Country: USA
 
Record
SN07385627-F 20250327/250325230051 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.