The United States Marshals is issuing this Market Research Request for Information (RFI) for information gathering purposes only. The purpose of this RFI is to solicit industry's assistance and best practices to understand the elements/tasks that would comprise purchasing Ebola response supplies for the USMS.
This information gathered as a result of this RFI will be used to assist the USMS in determining how an assessment requirement should be structured and what components are necessary to ensure that the USMS is successful in procuring Ebola response supplies.
One of the key deliverables that the USMS has identified that the vendor must be able to provide all of the Ebola response supplies.
This RFI does not in any way constitute a Request for Quotation (RFQ) and as such, shall not be construed as a commitment by the Government. The Government does NOT intend to award a contract on the basis of this notice, nor otherwise pay for proposal preparation costs supporting submission of a response to this RFI. Responders are solely responsible for all expenses associated with responding to this RFI.
Contractors providing information under this RFI may be afforded the opportunity to submit a proposal in response to an issued RFQ. In combination with additional market research, the Contracting Officer may evaluate Contractor size/socio-economic-status for set-aside considerations.
All sources capable of providing Ebola response supplies are requested to respond to this RFI announcement via e-mail SUBJECT LINE: Ebola Supplies to Ms. Trina Byrd at [email protected] and cc' Ms. Kate Oravitz Weeks at [email protected].
Please answer the following questions.
1. What is your Company Name/DUNS Number/CAGE Code?
2. Are you a Small or Large Business?
3. What would the total price be for the Ebola response supplies?
Please be advised that all information received in response to this notice will be considered procurement sensitive and will be handled accordingly. However, any information the contractor considers to be proprietary pursuant to existing laws and regulations should be marked in accordance with FAR 2.101 and 3.104-1.