Sheds
ID: 15A00025Q00000024Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFATF ACQUISITION AND PROPERTY MGMT DIVATFWASHINGTON, DC, 20226, USA

NAICS

All Other Miscellaneous Wood Product Manufacturing (321999)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF), is seeking proposals from qualified small businesses for the procurement of sheds under a total small business set-aside contract. The objective is to acquire prefabricated and portable buildings, which are essential for various operational needs within the agency. This procurement reflects the ATF's commitment to engaging small businesses, including those owned by economically disadvantaged and veteran individuals, in federal contracting opportunities. Interested offerors must submit their quotes by February 21, 2025, and direct any inquiries to Brian Wilkins at Brian.Wilkins@atf.gov.

    Point(s) of Contact
    Brian Wilkins
    (202) 648-9120
    (202) 648-9654
    Brian.Wilkins@atf.gov
    Files
    Title
    Posted
    This document provides essential instructions for offerors responding to a government solicitation. It emphasizes the incorporation of certain provisions by reference, which must be completed and submitted with responses. Offerors are advised that the government may award contracts without discussions, urging careful review of the solicitation for completeness. Important deadlines include submitting inquiries by February 14, 2025, and quotes by February 21, 2025, both to Brian.Wilkins@ATF.gov. The submission process requires the completion of specific blocks on the SF 1449 form and includes providing a Unique Entity ID (UEI) and business size. Responses received after the deadline will be deemed late. The document aims to ensure that prospective offerors understand the requirements for participation and the importance of adhering to timelines and documentation accuracy in the context of federal government contracts and solicitations.
    The document outlines the evaluation criteria for selecting an award in response to a Request for Quote (RFQ) issued by the Government. The selection process relies on the "lowest price technically acceptable" methodology. Proposals will be assessed based on two primary factors: technical acceptability and price. For the first factor, technical acceptability, bidders must demonstrate their capability to meet the RFQ requirements, achieved by providing a relevant image of the shed being quoted. Proposals are rated as either "Acceptable" or "Unacceptable." A bid is deemed acceptable if it clearly meets the RFQ standards; otherwise, it will be classified as unacceptable. The second evaluation factor is the price, where the submitted quotes will be examined for fairness and reasonableness. The document emphasizes the importance of satisfying both technical and pricing criteria to qualify for the award, reflecting typical protocols in government procurement processes aimed at ensuring quality and cost-effectiveness.
    The document outlines a solicitation for commercial products and services related to the acquisition of sheds by the Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF). It details essential information such as the solicitation number (15A00025Q00000024), issue dates, and deadlines for offers, specifically due by February 21, 2025. The procurement is aimed at small businesses, reflecting ATF's commitment to fostering participation from economically disadvantaged and veteran-owned enterprises. The solicitation contains a schedule detailing the specifications and quantities of the sheds required, along with clauses applicable to the contract that govern terms and conditions, including those related to telecommunications equipment, payment terms, and contractor responsibilities. The document also emphasizes compliance with federal regulations, including privacy and security safeguards in handling sensitive information. Key representatives, such as Brian Wilkins, are identified for contact regarding inquiries and financial transactions. Overall, the solicitation serves to facilitate the government’s procurement process while ensuring adherence to regulatory requirements and promoting small business involvement in federal contracting efforts.
    Lifecycle
    Title
    Type
    Sheds
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Explosives and Explosive Supplies
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking quotes for explosives and explosive supplies under Request for Quote DJA-25-AEET-PR-0186. This procurement is designated as a total small business set-aside, requiring contractors to provide firm fixed price quotes for various items, including specific types of dynamite and shock tubes, with a required delivery date of May 15, 2025, to the ATF facility at Redstone Arsenal in Huntsville, Alabama. The goods are critical for ATF operations, necessitating compliance with federal regulations, including strict guidelines for employee privacy and data protection due to the sensitive nature of the materials involved. Interested contractors must be registered in the System for Award Management (SAM) and can contact Brian Wilkins at Brian.Wilkins@atf.gov or 202-648-9120 for further details.
    Explosives and Explosive Supplies
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking sources for explosives and explosive supplies as part of a procurement initiative. This opportunity aims to establish multiple Blanket Purchase Agreements (BPAs) for the National Center for Explosives Training and Research (NCETR), which provides extensive training programs for approximately 2,000 students annually, necessitating a reliable supply of various explosive products and materials. The selected contractors will be required to deliver explosives that meet specific characteristics and standards, ensuring compliance with safety regulations and operational effectiveness for training purposes. Interested vendors should contact Brian Wilkins at Brian.Wilkins@atf.gov or call 202-648-9120 for further details, as the BPA term will span five years with supplies expected to be delivered within an average of eight weeks post-order.
    ATF Electric Utility Services
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified vendors to provide electric utility services in Beltsville, Maryland. This procurement falls under the NAICS code 221121, which pertains to Electric Bulk Power Transmission and Control, indicating a focus on reliable electric utility services essential for the agency's operations. The selected contractor will play a crucial role in ensuring the continuous and efficient delivery of electric power, which is vital for the ATF's mission. Interested parties should reach out to Brian Palmer at brian.palmer@atf.gov for further details regarding this opportunity.
    Natural Gas Utility Services
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified vendors to provide natural gas utility services in Beltsville, Maryland. The procurement aims to secure reliable natural gas distribution services, which are essential for the operational needs of the ATF facilities in the area. This opportunity underscores the importance of consistent utility services in supporting federal operations and ensuring compliance with safety and regulatory standards. Interested parties can reach out to Brian Palmer at brian.palmer@atf.gov for further details regarding the procurement process.
    CDC Sheds
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of 12 A-Frame sheds as part of the Child and Youth Programs – Shed Replacement Project. Each shed will measure 8 feet by 8 feet and include premium features such as water-resistant flooring, double doors, strategically placed windows, and ventilation systems, all constructed with durable materials to ensure longevity and functionality. This initiative aims to enhance facilities for children and youth programs, reflecting a commitment to providing safe and high-quality play environments. Interested parties can contact Alejandro Castellanos at alejandro.castellanos@spaceforce.mil or 719-567-6185, or Kaitlyn Guldan at Kaitlyn.guldan@spaceforce.mil or 719-567-3454 for further details.
    Solicitation_Barrel and Front Sight Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Requirements contract to supply estimated quantities of the Barrel and Front Sight Assembly, classified under NAICS code 332994 for Small Arms and Ordnance Manufacturing. This procurement is set aside for small businesses, adhering to FAR regulations, and follows a Firm Fixed Price model with five ordering periods commencing upon award. The goods are critical for military operations, ensuring the availability of essential components for weapon systems. Interested parties must comply with technical data dissemination laws, including obtaining a valid DD 2345 certification, and submit proposals electronically by the specified deadlines. For further inquiries, contact Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.
    84--CASE,SHOTGUN AMMUNI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of shotgun ammunition cases. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and it falls under the NAICS code 313210, which pertains to Broadwoven Fabric Mills. The goods are critical for military operations, ensuring that personnel have the necessary equipment for effective training and deployment. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's website. The solicitation is currently open, and interested parties are encouraged to respond promptly.
    Stock, Gun, Shoulder
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for a Firm-Fixed Price, five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the procurement of stock gun shoulder components. This opportunity is a 100% Small Business Set-Aside, aimed at fostering participation from small businesses in the defense supply sector, with a minimum guaranteed quantity of 126 units and a maximum of 10,128 units over the contract term. The procurement is critical for maintaining a reliable supply chain of military-grade components, adhering to strict delivery schedules and compliance with military standards. Interested parties must submit their proposals electronically by the extended deadline of February 25, 2025, and can contact Loren Faist at loren.m.faist.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil for further information.
    54--BUILDING,SPECIAL PU
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of a special building (NSN 5410016857002). This solicitation is a Total Small Business Set-Aside, aimed at small businesses in the fabricated structural metal manufacturing industry, specifically under NAICS code 332312. The goods are intended for military use, highlighting their importance in supporting troop operations and infrastructure. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and inquiries can be directed to the DLA at DibbsBSM@dla.mil. The deadline for quote submission is 120 days after the award date.
    Receiver Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking proposals for the procurement of Receiver Assemblies, specifically identified by NSN 1005-01-172-7725 and P/N 6535480. The contract will require the delivery of 477 units, with an additional 477 units as an option, and will adhere to military packaging standards with special instructions. These Receiver Assemblies are critical components in the small arms and ordnance manufacturing sector, emphasizing the importance of precision and reliability in defense applications. Interested small businesses must prepare to submit their proposals by the estimated solicitation closing date of March 7, 2025, and can reach out to John P. Moses at john.moses@dla.mil or by phone at 586-467-1212 for further information.