Office of Foreign Missions VINtelligence Automotive data solutions

Agency: STATE, DEPARTMENT OF
State: District of Columbia
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159749401982306
Posted Date: Apr 10, 2024
Due Date: Apr 19, 2024
Solicitation No: 19AQMM24N0040
Source: Members Only
Follow
Office of Foreign Missions VINtelligence Automotive data solutions
Active
Contract Opportunity
Notice ID
19AQMM24N0040
Related Notice
Department/Ind. Agency
STATE, DEPARTMENT OF
Sub-tier
STATE, DEPARTMENT OF
Office
ACQUISITIONS - AQM MOMENTUM
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 10, 2024 03:02 pm EDT
  • Original Response Date: Apr 19, 2024 03:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
  • Place of Performance:
    Washington , DC 20552
    USA
Description

This notice is issued solely for information and planning purposes and does not constitute a Request for Quotation (RFQ) or a commitment on the part of the Government to conduct a solicitation for the below-listed services in the future. Respondents are advised that the Government will not pay for information submitted in response to this Sources Sought (SS), nor will it compensate respondents for any costs incurred in the development/furnishing of a response. The Government will not entertain telephone calls or questions for this SS. Note that a decision not to submit a response to this SS will not preclude a vendor from participating in any future solicitation.



Responses are limited to those companies considered Small business under NAICS Code 519190, All Other Information Services. Respondents are welcome to submit other relevant and appropriate NAICS codes for consideration.



The purpose of this Sources Sought (SS) is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of and interested in performing the functions described herein. The Government is requesting information regarding the availability and feasibility of attracting businesses with proven technical capability and experience. To be determined capable, the vendor shall demonstrate in their submission the company's capabilities to meet all of the performance objectives; simply stating that the vendor can meet the performance objectives is not sufficient. The vendor must provide either screenshots or access to a mockup platform (preferred) to support the functionality of the system against the required criteria below.



OFM requires continued connectivity to the VINtelligence product / VIN Decoder File to maintain and support our current data source for the OFM TOMIS DMV Applications.




  • Delivery Method: Standard Delimited File

  • Update Schedule: Weekly

  • Package: Deluxe

  • Year Coverage: 1981 - Current

  • Vehicle Types: Passenger Car, Truck GVW 1-8, Motorcycle

  • Optional Data: None

  • Symbol Information: None





Note that the above is not an all-inclusive list of services to be provided under the contract.



Responses



Vendor submissions will be reviewed to determine whether the vendor is capable or not capable. The performance objectives must be explicitly addressed. Additionally, to be considered capable, vendors shall provide relevant, applicable examples of previous implementation of equal or greater scope and complexity. Responses should be limited to twenty (12) pages. The response package should include at a minimum:




  1. Contractor Name

  2. Address

  3. Point of Contact (POC) with phone number(s) and e-amil addresses

  4. UEI Number

  5. GSA Contract, if applicable and number

  6. Responses to specific work requirements/capabilities.

  7. Socio-Economic Status



Responses must be submitted as either a Microsoft Word Document (.doc or .docx) or Portable Document Format (.pdf) to the following e-mail addresses: Contracting Officer, Jeannie Mays at MaysJR@state.gov and Contract Specialist, Olatunde Hassan at HassanOJ@state.gov. Responses are due no later than 4pm EST April 19, 2024. To the maximum extent possible, submit Non-Proprietary Information. All information received in response to this notice that is appropriately marked “Proprietary” will be handled accordingly.




Attachments/Links
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
  • Apr 10, 2024 03:02 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 >