U.S. Department of State Monitoring Database International Narcotics & Law Enforcement Affairs Request for Information /Sources Sought Instructions INL/KM/DDL RFI # 191NLE20N0003 U.S. Department of State Bureau of International Narcotics and Law Enforcement Affairs (INL)

Monitoring Database INL Office of Knowledge Management Division of Design and Learning (INL/KM/DDL)

Request for Information (RFI) / Sources Sought (SS) Instructions for Respondents

Page 1 of 4

SBU - CONTRACTING AND ACQUISITIONS U.S. Department of State Monitoring Database International Narcotics & Law Enforcement Affairs Request for Information /Sources Sought Instructions INL/KM/DDL RFI # 191NLE20N0003

Notice Type: Request for Information / Sources Sought Title: INL/KM/DDL Monitoring Database Agency: U.S. Department of State Office: Bureau of International Narcotics and Law Enforcement Affairs Location: Washington, DC NAICS Code: 334111 – Electronic Computer Manufacturing

1.0 Purpose

The purpose of this Sources Sought (SS) / Request for Information (RFI) is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify qualified small businesses capable of and interested in performing the functions described in the Statement of Work. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a (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 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/RFI will not preclude a vendor from participating in any future solicitation.

The purpose of this sources sought is to communicate and solicit feedback from industry on the “Draft” version of an upcoming domestic requirement for INL’s Office of Knowledge Management, Division of Design and Learning (INL/KM/DDL), Washington, DC. Contractors shall provide company capabilities. The NAICS Code for this requirement is 334111 – Electronic Computer Manufacturing.

While responses will be accepted from all companies, the Department will use the information received in response to this SS/RFI to inform its competition method and set-aside determination. Small businesses from all socioeconomic platforms are highly encouraged to respond to this posting.

*Note: All acquisition details and technical requirements outlined in the Statement of Work are subject to change between now and when the solicitation is posted.

1.1 Select Acquisition Details

• All prospective offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. • The anticipated contract type is firm-fixed-price (reference FAR 16.202). • The Government anticipates releasing the RFQ in November of 2019; however, this date is subject to change. • The contract will be awarded utilizing the best value trade-off source selection methodology. For this acquisition, technical merit is more important than cost/price. This means that the offeror's technical expertise is more important than cost/price. As technical merit of the Offeror's proposals become more equal, the evaluated cost or price may become the determining award factor.

Page 2 of 4

SBU - CONTRACTING AND ACQUISITIONS U.S. Department of State Monitoring Database International Narcotics & Law Enforcement Affairs Request for Information /Sources Sought Instructions INL/KM/DDL RFI # 191NLE20N0003

2.0 Instructions

Responses should be limited to 10 pages or less and be submitted as a Microsoft Word Document or Portable Document Format (PDF). Submissions should include responses to the following categories: Company Profile, Technical Capability and Recent/Relevant Experience, and Government Questions to Industry. Please do not provide generic capabilities statements, as they shall add no value to this SS/RFI. The Government is seeking specific information in conjunction with the specifications of this requirement.

The Government also requests that vendors provide an electronic file or a link to a demonstration of your product(s) for review.

Company Profile, to include: • General Business Information, completing the following table:

Company Name: Company Point-of-Contact Email: Phone: DUNS Number: Facility Clearance Level: Example: None, Secret, Top Secret CAGE Code: Example: Small Business, Small Disadvantaged Business; Small Business HUBZone; Economically Disadvantaged Woman-Owned; Socioeconomic Status Service Disabled Veteran Owned; 8(a) Registered in the System Yes/No for Award Management: On the Excluded Party List: Yes/No GSA Schedule? If applicable List of Other Government Vehicles this Work Can be Accessed through:

• Socio-Economic Status: Provide information pertaining to your company’s socio-economic status for federal programs (small, HUBZone, 8(a), Women-owned, veteran- owned, etc.) under NAICS code 334111. The size standard for NAICS 334111 is 1,250 employees.

Page 3 of 4

SBU - CONTRACTING AND ACQUISITIONS U.S. Department of State Monitoring Database International Narcotics & Law Enforcement Affairs Request for Information /Sources Sought Instructions INL/KM/DDL RFI # 191NLE20N0003

• Products and Services: o Provide a brief description of your experience in providing products and support to Foreign Assistance and/or International Development programs. o Would your company need to subcontract any part of the work? Please explain. o Demonstrate your ability to meet the warranty and maintenance terms specified in the draft Statement of Work.

Technical Capability and Recent/Relevant Experience, to include: • Address the requirements contained in the Statement of Work. In addressing the requirements, weight and detail paragraphs and bullets as deemed appropriate. • Provide recent/relevant experience, capabilities, contracts, and customer information as deemed appropriate. o For past performance cited, vendors are encouraged to include a POC at the Government Agency, business, or organization for which work was performed.

Government Questions to Industry, to include:

In order to foster the maximum amount of competition that will lead to the best value solution, the Government would like to solicit industry feedback on how to better develop the RFQ and resulting contract. To do so, the Government welcomes responses to the following questions:

• What additional information would your company find most helpful in order to develop and submit a technical and price proposal for this requirement for a best value tradeoff award? • What is the best contract type to utilize in order to incentivize performance and meet the goals of the Statement of Work? • Please offer any other questions or recommendations that might help the Government refine the SOW or RFQ. • Please provide any comments on the anticipated NAICS Code, or provide potential alternative NAICS codes to satisfy the requirements.

Companies are welcome to provide any brief concluding remarks and comments, as deemed appropriate. At this time, the Government will not entertain telephone calls or questions for this SS. The Government may choose to reach out directly to vendors after reviewing and evaluating the submissions for live demonstrations or additional information.

2.1 How to Respond

Please submit your response no later than 24 October 2019 at 4:00 PM Eastern Time, with electronic files sent to the following point of contact:

• Michelle Washington – Contract Support Specialist – [email protected]

Page 4 of 4

SBU - CONTRACTING AND ACQUISITIONS