SOURCES SOUGHT
R -- Canadian Liability Insurance
- Notice Date
- 5/20/2015
- Notice Type
- Sources Sought
- NAICS
- 524298
— All Other Insurance Related Activities
- 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
- DJA-15-AHDQ-PR-2015
- Archive Date
- 6/30/2015
- Point of Contact
- Vernessa Younger, Phone: (202) 648-7535
- E-Mail Address
-
vernessa.younger@atf.gov
(vernessa.younger@atf.gov)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Request for Information (RFI) is to ascertain the capabilities and past performance of vendors to provide the required Vehicle Liability Insurance for ATF vehicles traveling in Canadian Providences. These services will be provided in support of the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF), Fleet Management Section. The applicable NAICS Code is 524298. 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 vendor and would be interested in providing ATF these services 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 vendors are 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 vendors 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 contract 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. 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 vendor capable of providing the required services is requested to submit the information required in items 1-3 below to Vernessa.younger@atf.gov later than 10:00 a.m. Eastern Standard time on June 9, 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 transcription 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 SOW.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA-15-AHDQ-PR-2015/listing.html)
- Place of Performance
- Address: Canadian Providences bordering the United States, United States
- Record
- SN03738044-W 20150522/150520235415-05397b877ae5dcb73ec02bc6b06e71fc (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 |