Tableau Forensic TD4 Duplicator Kits with Adapters.
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 12, 2023 01:10 pm EDT
- Original Response Date: Jul 18, 2023 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 02, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
- NAICS Code:
- 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Place of Performance: Sterling , VA 20166USA
Description
REQUEST FOR INFORMATION (RFI)
THIS NOTICE IS FOR INFORMATIONAL 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 Request for Information (RFI) is to ascertain the capabilities and past performance of all qualified vendors who are capable of providing and meeting the required for Tableau Forensic TD4 Duplicator Kits with Adapters NAICS Code 334118 , and in accordance with the Statement of Work
PERIOD OF PERFORMANCE:
TBD
ANTICIPATED CONTRACT TYPE:
The contract is contemplated to be Firm-Fixed-Priced The applicable NAICS Code is 334118. The government anticipates a firm-fixed-price Contract.
RFI RESPONSE SUBMITTAL INFORMATION:
You are requested to submit a capability statement which addresses at a minimum 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 ½ x 11 pages per document. That is a total of not more than sixteen (16) pages, with one-inch margins, and font no smaller than 12 point.
Item #1. Company name, address, telephone number, a point of contact with email address and Unique Entity (UEI). Indicate business size status for the NAICS Code identified in this document, and all identified the size of the business.
Item #2. A summary of the firm’s relevant past experience; to include a minimum of three references in providing the same or similar Services as those required in the attached Statement of Work during the past five 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 Specification Sheet. The Government will evaluate all responses and determine if the pool of interested vendors business 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 vendors ensure the accuracy of their SAM.gov, CAGE code, ORCA and Unique Entity ID (UEI) information and status under the applicable NAICS Code 334118, as these requirements are mandatory for any firm selected for task order award.
Any interested vendors capable of providing the required tether drone are encouraged to submit the information requested in items 1-3 for consideration, and inclusion in notice of additional information.
The capability package shall be sent via email to Contracting Officer Julie Truong, at Julie.Truong@atf.gov no later than 12:00PM EST on July 18, 1023. Questions or comments regarding this notice must be emailed to Julie.Truong@atf.gov no later than July 17, 2023, 12 Noon EST-- no telephone calls will be accepted.
NOTE: No pricing information is requested. 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. Respondents should not submit any proprietary information when responding. The Government is not responsible for any costs incurred by respondents to this RFI.
Attachments/Links
Contact Information
Contracting Office Address
- ATF ACQUISITIONS OFFICE 99 NEW YORK AVE
- WASHINGTON , DC 20226
- USA
Primary Point of Contact
- Julie Truong
- julie.truong@atf.gov
Secondary Point of Contact
History
- Aug 02, 2023 11:55 pm EDTSources Sought (Original)