Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2012 FBO #3732
SOURCES SOUGHT

R -- Emergency Support Function #13 - SOW DRAFT for Emergency Support Function #13

Notice Date
2/10/2012
 
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
DJA12RFI0008
 
Archive Date
3/3/2012
 
Point of Contact
James M. Huff, Phone: 202-648-9117
 
E-Mail Address
james.huff@atf.gov
(james.huff@atf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW DRAFT for Emergency Support Function #13 The purpose of this Request for Information (RFI) is to ascertain the capabilities and past performance of General Services Administration (GSA), Mission Oriented Business Integrated Services (MOBIS) SIN-874-1, Consulting Services vendors to provide the required support for the Emergency Support Function #13. These services will be provided in support of the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF), Special Operation Division located at ATF Headquarters, Washington, DC. The applicable NAICS Code is 541611. This is not a Request for Quotation. 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. If you area GSA MOBIS vendor and a small business and would be interested in providing the required support for the Emergency Support Function #13. 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. The Government will analyze all responses and determine if the pool of qualified small businesses that are GSA firms is capable of fulfilling this requirement. The Government does not intend to rank submitted capabilities. It is highly recommended that, prior to submitting a response, all interested GSA vendor ensure the accuracy of their Central Contractor Registration (CCR), ORCA and Dun and Bradstreet information; as these requirements are mandatory for any firm selected for a task order award. Easy access to all three systems is found on the CCR homepage, www.ccr.gov. Please submit response in Microsoft Word or PDF format. Responses should not exceed five (5) one-sided 8 ½ x 11 pages, with one inch margin, and font no smaller than 12 point. Should any vendor exceed the five (5) page limit only the first five (5) pages will be evaluated. Additionally, there is to be no cover page, table of contents, appendix or extensive emails; if submitted, these pages will count towards the total page limit. Any interested small business GSA vendor capable of providing the required services is requested to submit the information required in items 1-3 below to james.huff@atf.gov no later than 10:00 a.m. Eastern time on February 17th, 2012. Item #1. Company name, address, telephone number, a point of contact with email address and Data Universal Numbering System (DUNS) number. Indicate that your company is a small business size status for the NAICS Code identified in this document. Item #2. A summary of the company's relevant past experience; to include a minimum of three references in providing the same or similar services as those required in the attached DRAFT SOW during the past three 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 who can verify the information you are providing. Item #3. Capability Statement - Please describe in detail how you would fulfill the requirements of the DRAFT SOW (inclusive of qualified personnel).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA12RFI0008/listing.html)
 
Place of Performance
Address: 99 New York Avenue NE, Washington, District of Columbia, 20226, United States
Zip Code: 20226
 
Record
SN02673007-W 20120212/120210233513-3a3a0395b16262a285a892404f42bc6b (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 |
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.