FSL-A Dual Wavelength Forensic Laser and Imaging System
Sources Sought from ATF ACQUISITION AND PROPERTY MGMT DIV • JUSTICE, DEPARTMENT OF. Place of performance: KS. Response deadline: Jan 29, 2026. Industry: NAICS 334516 • PSC 6640.
Market snapshot
Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334516
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 conduct market research in identifying if small businesses can meet the requirements outlined in “Minimum technical requirements”. The Government anticipates a Blanket Purchase Agreement (BPA).
The applicable NAICS Code: 334516, Analytical Laboratory Instrument Manufacturing
Product or Services Code: 6640, Laboratory Equipment and Supplies
PERIOD OF PERFORMANCE:
The BPA is contemplated to be a base + four (4) option years.
ANTICIPATED CONTRACT TYPE:
The government anticipates a Firm-Fixed-Price (FFP) BPA.
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 request. 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. Capability Statement – Please describe in detail how you would fulfill the requirements of the in “Minimum technical requirements”.
The capability package shall be sent via email to the Contracting Officer Steven Jaimes, at Steven.Jaimes@atf.gov no later than 5:00PM EST on January 29, 2026.
NOTE: No pricing information is requested. As noted above, this is not a Request for Quotation or Proposals. Responses to this Sources Sought/RFI are not considered offers and cannot be accepted by the Government to form a binding contract. Respondents should not submit any proprietary information when responding. The Government is not responsible for any costs incurred by respondents to this Sources Sought/RFI.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.