Description
SOURCES SOUGHT/ 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 Sources Sought/RFI is to ascertain the capabilities and past performance for ( Investigation Support Services ) under Woman Owned, Small Business. These services will be provided in support of the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) – National Center for Explosive Training and Research (NCETR) in Huntsville, AL. See attached Attachment A – Draft Performance Work Statement (PWS). The applicable NAICS Code: 561611 – Investigation and Professional Background Check. Product or Services Code: R499 – Support – Professional: Other PERIOD OF PERFORMANCE: The Period of Performance will be a Base Year and four (4) Option Years. ANTICIPATED CONTRACT TYPE: The government anticipates a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Contract. RFI RESPONSE SUBMITTAL INFORMATION: Interested sources are invited to respond to this Sources Sought/RFI announcement by submitting the following: Item #1. Company name, CAGE code, address, telephone number, point of contact with email address and Unique Entity ID (UEI). Please indicate whether you hold a GSA Federal-Supply-Schedule or Indefinite Delivery/Indefinitely Quantity (IDIQ) contract that covers this type of services. If so, please provide the Schedule contract number. Indicate business size status for the NAICS Code identified in this document, and all identified Socio-economic sub-category status held. Item #2. A summary of the firm's relevant past experience; to include a minimum of three references in providing the same or similar as those required in the attached DRAFT PWS 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 DRAFT PWS. The capability package shall be sent via email to the Contracting Officer Brian Wilkins, at Brian.Wilkins@atf.gov and Donald Comer, at Donald.Comer@atf.gov no later than 5:00PM EST on May 15, 2026. NOTE: No pricing information is req…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)