MODIFICATION
N -- Functional and Technical Support of ATF's Vehicles
- Notice Date
- 7/29/2015
- Notice Type
- Modification/Amendment
- NAICS
- 811211
— Consumer Electronics Repair and Maintenance
- 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
- BATF06262015BW
- Archive Date
- 9/5/2015
- Point of Contact
- Brian K Wilkins, Phone: (202) 648-9120
- E-Mail Address
-
Brian.Wilkins@atf.gov
(Brian.Wilkins@atf.gov)
- Small Business Set-Aside
- N/A
- Description
- This amendment to RFI BATF06262015BW is hereby issued to extend the closing date to August 21, 2015. The purpose of this Request for Information (RFI) is to ascertain the capabilities and past performance all business categories. Response must include business size and, if applicable, social-economic category to provide the required Functional and Technical Support of ATF's Bureau Owned Vehicles. Vendor's submitting their capability must be within a fifty (50) mile radius of the following ATF Field Divisions: Dallas, TX, Denver, CO, Houston, TX, Los Angeles, CA, Phoenix, AZ, San Francisco, CA, Seattle, WA, Kansas City, MO, Louisville, KY, Nashville, TN, New Orleans, LA and St Paul, MN. These services will be provided in support of the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF), Material Management Branch. The applicable NAICS Code is 811211. 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 are a small business or social-economic company and would be interested in providing Functional and Technical Support of ATF's Bureau Owned Vehicles 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 evaluate all responses and determine if the pool of interested small business or social-economic companies 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 small business or social-economic companies ensure the accuracy of their System for Award Management (SAM), 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 SAM homepage, www.sam.gov. Please submit response in Microsoft Word or PDF format. Information should not exceed ten (10) one-sided 8 ½ x 11 pages, with one inch margin, and font no smaller than 12 point. Should any vendor exceed the ten (10) page limit only the first ten (10) pages will be evaluated. Additionally, there is to be no cover page, table of contents, appendix or extensive emails; if submitted, each page will count towards total page limit. Any interested small business or social-economic vendor capable of providing the required Functional and Technical Support of ATF's Owned Vehicles is requested to submit the information required in items 1-3 below to Brian.Wilkins@atf.gov no later than 3:00 p.m. Eastern time on July 20, 2015. Item #1. Company name, address, telephone number, a point of contact with email address and Data Universal Numbering System (DUNS) number. Indicate business size status for the NAICS Code identified in this document, if applicable, including socio-economic status. Item #2. A summary of the company's relevant past experience; to include a minimum of three references in providing the same or similar Functional and Technical Support 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 SOW.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/BATF06262015BW/listing.html)
- Record
- SN03815202-W 20150731/150729235856-6d633830daf84092764b9564a979f739 (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 |