Vulcan's Forge

Agency: JUSTICE, DEPARTMENT OF
State: Alabama
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159369569925775
Posted Date: Apr 30, 2024
Due Date: May 15, 2024
Solicitation No: 20240430ATFBW
Source: Members Only
Follow
Vulcan's Forge
Active
Contract Opportunity
Notice ID
20240430ATFBW
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
ATF ACQUISITION AND PROPERTY MGMT DIV
Office
ATF
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 30, 2024 12:43 pm EDT
  • Original Response Date: May 15, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
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 Woman Owned Small Businesses (WOSB) program participants. This includes Open Market and GSA Schedule holders that is a Woman Owned Small Businesses (WOSB) capable of providing the required Vulcan’s Forge under NAICS Code 541690, and in accordance with the DRAFT Performance Work Statement (PWS).



BACKGROUND:



The Department of Justice (DOJ) Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) National Center for Explosives Training and Research (NCETR) requires Vulcan’s Forge.



PERIOD OF PERFORMANCE:



The requirement is anticipated to be awarded by July 31, 2024, to be effective September 29, 2024. The requirement is contemplated to be for a base year and four one (1)-year options. The projected release date for the Request for Proposals (RFP) or Requests for Quote (RFQ) is mid-June 2024.



ANTICIPATED CONTRACT TYPE:



The requirement is contemplated to be firm-fixed priced. The applicable NAICS Code is 541690.



RFI RESPONSE SUBMITTAL INFORMATION:



If you are a Woman Owned Small Business (WOSB) vendor and are interested in providing Vulcan’s Forge in accordance with the attached DRAFT Performance Work Statement (PWS) 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 ½ 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. Provide the full GSA Schedule Contract Number if under GSA. Indicate business size status for the NAICS Code identified in this document, and identified Woman Owned Small Business status held.



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 Vulcan’s Forge as those required in the attached DRAFT PWS 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 PWS.



The Government will evaluate all responses and determine if the pool of interested Woman Owned Small Business (WOSB) 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 WOSB vendors ensure the accuracy of their SAM.gov, CAGE code, and Unique Entity ID (UEI) information and status under the applicable NAICS Code 541690, as these requirements are mandatory for any firm selected for award.



Any interested WOSB vendors capable of providing the required Vulcan’s Furge 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 May 3, 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 May 15, 2024. NO US-MAIL will be accepted.



NOTE: No pricing information is requested. As noted above, this is not a Request for Proposals or Quotates. 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.




Attachments/Links
Contact Information
Contracting Office Address
  • ATF ACQUISITIONS OFFICE 99 NEW YORK AVE
  • WASHINGTON , DC 20226
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 30, 2024 12:43 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >