SOURCES SOUGHT
63 -- X-Ray Equipment and Service - RFI Package
- Notice Date
- 1/25/2017
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- United States Marshals Service, CG3, JSD, OSC, 12th Floor, Washington, District of Columbia, 20530-1000, United States
- ZIP Code
- 20530-1000
- Solicitation Number
- DJM-17-RFI-SCN-0001
- Point of Contact
- Office of Security Contracts, , Stephen A Seaberry,
- E-Mail Address
-
osc.procurements@usdoj.gov, stephen.seaberry@usdoj.gov
(osc.procurements@usdoj.gov, stephen.seaberry@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment B - Estimated Quantities Attachment A - Draft Statment of Work Summary: This Request for Information (RFI) is for Market Research and planning purposes only and is not to be construed as a commitment by the Government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources, conduct market research, and develop a complete requirement. Any requests for a solicitation package will not be accepted. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Background: The United States Marshals Service (USMS) Office of Security Systems (OSS) seeks sources that can provide project management, installation, training, and inventory management of x-ray units. This RFI is for complete and full service to federal court and federally owned or leased facilities locations within all fifty (50) States and U.S. Territories. X-ray equipment enhances the personal protection of the Federal judiciary, personnel and property. X-ray units are used for the detection of contraband (weapons, explosives, etc.) concealed within personal items being brought into these facilities. The USMS utilizes two sizes of X-ray units with varying tunnel sizes; one for lobby screening purposes and one (1) for loading dock/mail room package screening. A Draft Statement of Work for this requirement is in Attachment A and the estimated number of machine quantities required for the anticipated base and potential option year periods of performance is in Attachment B. Contract award can only be made to a responsible offeror. This RFI is for planning and informational purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this synopsis. Instructions: After review of the attachments, interested parties shall submit a capability statement response in Microsoft Word or PDF Format. All information provided to the Government must be UNCLASSIFIED material only. Any company proprietary information must be marked as such. Information may not exceed 10 one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Respondents should include as part of their submission: 1. COMPANY INFORMATION: Company name, address, phone number; a point of contact with email address; Data Universal Numbering System (DUNS) Number; and small business status, if applicable, including status as a small disadvantaged business, 8(a) business, woman-owned small business, HUBZone small business, veteran-owned small business, and/or service disabled veteran-owned small business under NAICS code 561621. 2. CAPABILITY STATEMENT AND PAST PERFORMANCE SUMMARY: Interested parties must submit a capability statement along with a high level past performance summary(s) to this RFI by e-mail no later than 12:00 pm, EST, Friday, February 10, 2017 to OSC.PROCUREMENTS@USDOJ.GOV. A summary of the company's past performance should demonstrate experience providing services similar to those identified in the attached draft statement of work during the past three years, including any on-going contracts. Include Contracting Activities/Agencies, Contract Numbers, Contract Value, Contract Period of Performance, Scope of equipment and services provided during the period of performance, and a Point of Contact at the Contracting Activity who can verify the information you provided. 3. QUESTIONS: Interested parties may submit questions regarding the draft statement of work to this RFI by e-mail no later than 12:00 pm, EST, Monday, February 6, 2017 to OSC.PROCUREMENTS@USDOJ.GOV. Attachments Attachment A - Draft Statement of Work Attachment B - Estimated Quantities
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/USMS/HQ004/DJM-17-RFI-SCN-0001/listing.html)
- Place of Performance
- Address: United States (CONUS and OCONUS) and U.S. Territories, United States
- Record
- SN04380611-W 20170127/170125234442-bb0584b40ce788eedb833a408d6cd270 (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 |