This is a Sources Sought as outlined in FAR Part 10. The purpose of this Sources Sought is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify sources capable of providing the supplies/equipment described herein. 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 supplies/equipment in the future. Respondents are advised that the Government will not pay for information submitted in response to this Sources Sought, nor will it compensate interested parties for any costs incurred in the development/furnishing of a response.
Please note that a decision not to submit a response to this Sources Sought will not preclude a vendor from participating in any future solicitation.
Description of the Requirement:
The U.S. Department of State ("DOS", "Department") Office of Global Acquisitions, Acquisitions Management Directorate (A/GA/AMD) envisions the establishment of a multiple-award Blanket Purchase Agreements on a NAME BRAND basis to procure Orange Pelican Cases on behalf of the DOS Bureau of Diplomatic Security, Office of Physical Security Program, Defensive Equipment and Armored Vehicle Program Division (DS/PSP/DEAV). DEAV is seeking to issue tangerine-colored (orange) Pelican cases to DS personnel to comply with Diplomatic Pouch and Mail (DPM) policies, 14-FAM 722(c)(1) and 14 FAH-4 H-213.1-1.
Additional Details about the Name Brand requirement:
- Part Number: IM2950-4000
- Description: IM2950, Pelican, Empty, ORN
- Estimated Quantity: 5,000 units over a 5-year ordering period
- Shipping Destination: Springfield, VA and other domestic locations, as required
Objectives:
DEAV is seeking responses from industry about the ability to provide the Name Brand product that will meet the requirements detailed above. Additionally, DOS is seeking a response from potential offerors that will provide additional detail about the following items:
- Please describe any established business arrangement with Pelican, such as preferred partner status or any other applicable relationship.
- Are there any volume discounts available to the Government? If so, please provide additional information.
- What is the estimated timeline from the execution of a prospective BPA Call to the delivery of the products to the warehouse in Springfield, VA?
Instructions:
The Government is seeking responses from Small Business and Large Businesses to establish an effective acquisition strategy. Responses must be limited to 10 pages or less and be submitted in Microsoft Word or Adobe Portable Document format (PDF), using Times New Roman, 12-point font. The Government will not entertain telephone calls for this Sources Sought. The responses should include the following information:
- Company Profile, to include:
- All interested companies must have an active registration in the System for Award Management (SAM) and not be on the Excluded Party List.
- If a Small Business, please identify the socioeconomic category of the business (e.g., Service-Disabled Veteran Owned, Women Owned, HUBZone, Small Business, etc.).
- Information regarding all Government wide acquisition contracts held, i.e., vehicle name, contract number, etc.
- Unique Entity Identifier (UEI)
- DUNS Number
- CAGE Code to include National Industrial Security Program Clearance Information (if applicable).
- Company Point-of-Contact and contact information, i.e., telephone number and email address.
- The facility security clearance of the respondent.
- Technical Capability, to include:
- Summary of company’s technical capabilities which would support the requirements described herein.
- A list of up to three (3) contracts under which the company has previously provided supplies/equipment like those described herein. The list shall include –
- Agency name,
- Contract number,
- Contracting Officer name, email address, and telephone number,
- Dates of performance; and
- Brief description of work performed, including security clearance requirements.
Submit your email response no later than Wednesday, April 23, 2025 at 01:00 PM Eastern Standard Time (EST), to Richard Crum CrumRB@state.gov and Greg Moore MooreGC2@state.gov.
Industry Discussions:
DOS representatives may or may not choose to meet with potential offeror(s). Such discussions would only be intended to get further clarification of potential capability to meet the requirements. The potential offeror(s) that are chosen for meetings would be at the complete discretion of the DOS. Information passed during those potential meetings will be in reference to the capabilities of potential offerors. No procurement information or strategy would be discussed.
Questions:
Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Richard Crum CrumRB@state.gov and the Contract Specialist, Greg Moore, MooreGC2@state.gov. Verbal questions will NOT be accepted. As necessary, questions will be answered by posting answers to the SAM website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after Monday, April 14, 2025 will be answered.