Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2024 SAM #8237
SOURCES SOUGHT

66 -- X-Ray Systems

Notice Date
6/14/2024 9:35:08 AM
 
Notice Type
Sources Sought
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
DJA-24-AEET-PR-0489
 
Response Due
7/1/2024 2:00:00 AM
 
Archive Date
07/16/2024
 
Point of Contact
Brian Wilkins, Phone: 2026489120, Fax: 2026489654
 
E-Mail Address
Brian.Wilkins@atf.gov
(Brian.Wilkins@atf.gov)
 
Description
SOURCES SOUGHT THIS NOTICE IS A SOURCES SOUGHT 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. NO PHONE CALLS WILL BE ACCEPTED. Summary/ PURPOSE: The purpose of this Sources Sought is to ascertain the capabilities and past performance of qualified small and socio-economic program participants capable of providing X-Ray Systems.� This includes 8(a), HUBZone, Service-Disable Veteran Owned, Woman Owned, and general Small Businesses capable of providing and meeting the required X-Ray Systems under NAICS Code 334517, and in accordance with the Draft Statement of Work (SOW).� The Government anticipates a Multiple Award BPA for X-Ray Systems. BACKGROUND: The Department of Justice (DOJ) Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) National Center for Explosives Training and Research (NCETR) has a requirement to purchase X-Ray Systems. PERIOD OF PERFORMANCE: The requirement is anticipated to be awarded by early September 2024.� The requirement is contemplated to be for five years. The projected release date for the Request for Proposals (RFP) or Requests for Quote (RFQ) is mid-July 2024. ANTICIPATED CONTRACT TYPE: The requirement is contemplated to be firm-fixed priced. The applicable NAICS Code is 334517. RFI RESPONSE SUBMITTAL INFORMATION: If you are a 8(a), HUBZone, Service-Disable Veteran Owned, Woman Owned, and general Small Businesses and are interested in providing X-Ray Systems in accordance with the attached DRAFT SOW you are requested to submit a capability statement which addresses at a minimum, the questions presented within this announcement.� Please submit one (1) copy of your response in Microsoft Word and one (1) copy in PDF format. Each document should not exceed eight (8) one-sided 8 � 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.� 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 Unique Entity ID (UEI) under SAM.gov.� Indicate business size status for the NAICS Code identified in this document. Item #2.� A summary of the firm�s relevant past experience; to include a minimum of three (3) references in providing the same or similar X-Ray Systems as those required in the attached DRAFT SOW during the past (2) 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 Draft SOW. The Government will evaluate all responses and determine if the pool of interested 8(a), HUBZone, Service-Disable Veteran Owned, Woman Owned, and general Small Businesses 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 8(a), HUBZone, Service-Disable Veteran Owned, Woman Owned, and general Small Businesses vendors ensure the accuracy of their SAM.gov, CAGE code, and Unique Entity ID (UEI) information and status under the applicable NAICS Code 334517, as these requirements are mandatory for any firm selected for award.� Any interested 8(a), HUBZone, Service-Disable Veteran Owned, Woman Owned, and general Small Businesses vendors capable of providing the required X-Ray Systems are encouraged to submit the information requested in items 1-3 for consideration, and inclusion in notice of additional information.� Any questions shall be sent via email to Contract Officer, Brian Wilkins, at� Brain.Wilkins@atf.gov not later than 5:00PM Eastern Time on June 20, 2024. Questions or comments regarding this notice must be emailed to Brian.Wilkins@atf.gov -- no telephone calls will be accepted. The capability package shall be sent via email to Contract Officer, Brian Wilkins, at� Brain.Wilkins@atf.gov not later than 5:00PM Eastern Time on July 1, 2024. NO US-MAIL will be accepted. NOTE: No pricing information is requested.� As noted above, this is not a Request for Proposals or Quotations.� Responses to this Sources Sought 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 Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6f01db04d7854a68b7e019862f32c36c/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07098613-F 20240616/240614230127 (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.