Skip to main content

An official website of the United States government

You have 2 new alerts

Emergency Escape Mask Respirators

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jul 20, 2022 06:07 am EDT
  • Original Response Date: Aug 02, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Arlington , VA 22209
    USA

Description

**Please see the attachment "Sources Sought Notice 19AQMM22R0265" for additional details.

Purpose:

This is a Sources Sought as outlined in FAR Part 10.  The purpose of this Sources Sought is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify sources capable of providing the supplies/equipment described herein.  This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the Government to conduct a solicitation for the below-listed supplies/equipment in the future.  Respondents are advised that the Government will not pay for information submitted in response to this Sources Sought, nor will it compensate interested parties for any costs incurred in the development/furnishing of a response.

Please note that a decision not to submit a response to this Sources Sought will not preclude a vendor from participating in any future solicitation.

Objectives:

DS/C/PSP/WMD is seeking responses from industry about products that will meet or exceed the APER and PAPR requirements detailed above.  Additionally, DOS is seeking a response from potential offerors that will provide additional detail about the following items:

  1. For all products that meet or exceed the specific salient characteristics, please provide a technical specifications sheet with the response.
  2. Please attach NIOSH certification documentation with the response.
  3. Are there any volume discounts available to the Government?  If so, please provide additional information.

Instructions:

The Government is seeking responses from Small Business and Large Businesses in order to establish an effective acquisition strategy.  Responses must be limited to 10 pages or less and be submitted in Microsoft Word or Adobe Portable Document format (PDF), using Times New Roman, 12-point font. The Government will not entertain telephone calls for this Sources Sought.  The responses should include the following information:

  1. Company Profile, to include:
    1. All interested companies must have an active registration in the System for Award Management (SAM) and not be on the Excluded Party List.
    2. If a Small Business, please identify the socioeconomic category of the business (e.g., Service-Disabled Veteran Owned, Women Owned, HUBzone, Small Business, etc.).
    3. Information regarding all Government wide acquisition contracts held, i.e., vehicle name, contract number, etc.
    4. Unique Entity Identifier (UEI)
    5. DUNS Number
    6. CAGE Code to include National Industrial Security Program Clearance Information (if applicable).
    7. Company Point-of-Contact and contact information, i.e., telephone number and email address.
    8. The facility security clearance of the respondent.

2. Technical Capability, to include:

  1. Summary of company’s technical capabilities which would support the requirements described herein. 
  2. A list of up to three (3) contracts under which the company has previously provided supplies/equipment similar to those described herein.  The list shall include –
    1. Agency name,
    2. Contract number,
    3. Contracting Officer name, email address, and telephone number,
    4. Dates of performance; and
    5. Brief description of work performed, including security clearance requirements.

Submit your email response no later than Tuesday, August 2, 2022 at 03:00 PM Eastern Standard Time (EST), to Richard Crum CrumRB@state.gov and Greg Moore MooreGC2@state.gov.

Industry Discussions:

DOS representatives may or may not choose to meet with potential offeror(s).  Such discussions would only be intended to get further clarification of potential capability to meet the requirements. The potential offeror(s) that are chosen for meetings would be at the complete discretion of the DOS.  Information passed during those potential meetings will be in reference to the capabilities of potential offerors.  No procurement information or strategy would be discussed.   

Questions:

Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Richard Crum CrumRB@state.gov and the Contract Specialist, Greg Moore, MooreGC2@state.gov.  Verbal questions will NOT be accepted.  Questions will be answered by posting answers to the SAM website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after Tuesday, July 26, 2022 will be answered.

Contact Information

Contracting Office Address

  • US DEPT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Aug 17, 2022 11:55 pm EDTSources Sought (Original)