SOURCES SOUGHT
58 -- Specialized Operational Equipment
- Notice Date
- 5/14/2025 11:49:37 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19AQMM25R0210
- Response Due
- 5/30/2025 9:00:00 AM
- Archive Date
- 06/14/2025
- Point of Contact
- Khoa Tran
- E-Mail Address
-
TranKD@state.gov
(TranKD@state.gov)
- Description
- This is not a solicitation or request for proposal announcement. This request for information (RFI)/Sources Sought is for market research only and to assist the Nonproliferation Disarmament Fund (NDF) in establishing a Blanket Purchase Agreement (BPA) for Global Logistics Support Services (GLSS) like the current BPAs: 19AQMM23A0029, Specialized Operational Equipment. The NDF is seeking capable vendors that can provide immediate global logistics support by providing CBRNE equipment and specialized operational equipment to stop the proliferation threat of weapons of mass destruction (WMD), protection of border controls, and other dangerous weapons. Therefore, it is imperative for the NDF to have the capability to provide necessary intervention and assistance with little advance notice, without Western standard worksites or accommodations, and without a guarantee of privileges and immunities for government or contractor personnel in country. Additionally, the Department of State (DOS) will not indemnify a Contractor for any losses due to third party claims. These circumstances and conditions necessitate devising means by which the NDF immediate needs can be procured quickly and move swiftly without jeopardizing the NDF�s ability to fulfill its mission. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and/or performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting. KEY CAPABILITIES: Provide technical advice and assistance (SME) with serviced specialized operational equipment items. Provide replacement of obsolete items or may be out of production. Provide Storage and Distribution Services: Provides supply chain management functions including receipt, storage, inventory, kitting, disposal and shipping to a designated federal warehouse. Provide broad array of various types of specialized operational equipment thermal/night vision capabilities, nonintrusive inspection systems (NIIS), TSA approved baggage scanners, means of autonomous reconnaissance such as small unmanned aerial systems and surveillance Coordinate with necessary Freight Forwarders and Warehousing (CONUS/OCONUS) to accommodate the movement and storage of shipments. Coordinate and complete the required export control documentation and other shipping documents to accompany any items within a shipment. INSTRUCTION TO RESPONDENTS: Interested parties who desire to participate in this RFI/Sources Sought are encouraged to submit responses that demonstrate they have the CAPABILITIES and qualifications to provide the key capabilities described above. Responses to this RFI shall be submitted in the form of a vendor (or respondent) white paper which the Government will utilize for market research and in preparation of an acquisition strategy. Additional details are below regarding submission of the white paper. Responses shall also include the following information: Company/Corporate Name: Address: Point of Contact: (phone number & email address) CAGE: Web Page URL: State whether the company is domestically or foreign-owned (if foreign, indicate the country of ownership). State whether the respondent is interested in being a prime or subcontractor for this requirement. SIZE standard per primary NAICS code: WHITE PAPER: White paper submissions shall demonstrate or describe ideas, concepts, and best practices, and recommendations on how the key capabilities requirement might best be executed by a contractor. The responses should not contain superfluous pictures, charts, and �filler� information about your individual company. Describe any risks associated with the fulfillment of this projected requirement. This can include technical, or schedule risks associated with development, key performance parameters, etc. White paper shall not exceed 5 pages (including cover page) and is limited to one (1) per vendor. Papers should be submitted with Times New Roman, 12 Point Font, single spaced with 1-inch margins and single page. Sample list of Specialized Operational Equipment. This can be submitted in Excel Spreadsheet as an attachment. (This is not included in the 5 pages limit) Indicate whether the company is currently performing this type of work/whether the capability can be obtained under an existing Government contract. Provide the contract number(s) and Government points of contact accordingly. Indicate whether the company currently provides this type of work as a commercial solution. In this instance, �commercial item� means an item that is of a type customarily used by the general public or non-Governmental entities for purposes other than Governmental purposes. Please indicate if this item has been sold, leased, or licensed to the general public; or has been offered for sale, lease, or license to the general public. Indicate whether all materials used follow the Buy American Act or Berry Amendment (10 U.S.C. 2533a), as applicable. Please include product warranty terms as applicable, along with any warranty limitations. If product warranty terms are not applicable, please include N/A. Additional Considerations: The Government (NDF) may contact respondents to obtain additional information or clarification to fully understand a company's response. This may include discussions, virtual meetings, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. The submitted documentation becomes the property of the United States Government and will not be returned. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly-releasable. Broad industry participation for this RFI/SS is encouraged and U.S. and non-U.S. firms are permitted to respond. Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a contract; the NAICS code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. To learn more about this SAM requirement and how to register, please visit the SAM website at: SAM.gov This notice may be updated as additional information becomes available. Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer identified above, with the other individuals identified above copied as courtesy. The Government (NDF) has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as creating such a commitment or as an authorization to incur cost for which reimbursement would be required or sought. The Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI or the site visit. All costs associated with responding to this RFI are solely at the expense of the interested vendor. Not responding to this RFI does not preclude participation in any future request for proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All responses to this RFI will remain in the possession of the Government and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/92c8da45c35145b4969761209c8d8ab5/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07443643-F 20250516/250514230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |