1305--WSNC Law Enforcement Ammunition IDIQ Duty, Training Frangible 9MM and .223 CAL Long Rifle CO: Jeffrey Hansen DOA 5 Years
ID: 36C26024Q0211Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Small Arms Ammunition Manufacturing (332992)

PSC

AMMUNITION, THROUGH 30MM (1305)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is issuing a Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply ammunition for Law Enforcement Officers (LEOs) across the Western States Network Consortium (WSNC). This procurement specifically seeks service-disabled veteran-owned small businesses (SDVOSBs) to provide newly manufactured 9mm and .223 caliber ammunition, ensuring compliance with all relevant federal, state, and local regulations. The contract has a guaranteed minimum value of $2,000 and a ceiling of $7.5 million over a five-year period, reflecting the VA's commitment to equipping law enforcement personnel effectively while supporting veteran-owned businesses. Interested parties should direct inquiries to Contract Officer Jeffrey A. Hansen at jeffrey.hansen2@va.gov, with proposals due following the submission of questions by August 15, 2024.

    Point(s) of Contact
    Jeffrey A HansenContract Officer
    jeffrey.hansen2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 20 is issuing a Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply ammunition for Law Enforcement Officers (LEOs) across the Western States Network Consortium (WSNC). This contract is set aside for service-disabled veteran-owned small businesses (SDVOSBs) and has a guaranteed minimum value of $2,000 over the expected five-year period, with a ceiling of $7.5 million. The contractor will provide a range of newly manufactured ammunition, including 9mm and .223 caliber rounds, ensuring compliance with all federal, state, and local regulations for safety and transportation. The delivery terms require the contractor to fulfill orders within 30 days after receipt, with all shipments marked as hazardous. The RFP outlines detailed specifications for acceptable ammunition brands and types required for training and duty purposes. Submission of questions is allowed until August 15, 2024, before the proposals are due. The document emphasizes the importance of adherence to regulations as well as the consequences of non-compliance, detailing the contract and procurement processes. This RFP reflects the VA's commitment to equipping law enforcement personnel effectively while supporting veteran-owned businesses.
    The Presolicitation Notice issued by the Veterans Affairs (VA) Network Contracting Office seeks offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply law enforcement ammunition. The VA requires a reliable ammunition source for its officers' duty and training needs. This procurement specifically relates to 9mm and .223 caliber long rifle frangible ammunition. The contracting officer, Jeffrey Hansen, emphasizes the set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their responses by 5pm Pacific Time on September 13, 2024, after which the notice will be archived for 30 days. The VA's intention is to establish a contract for the timely delivery of high-quality ammunition to ensure the training and operational requirements of its law enforcement personnel are met.
    The document outlines an amendment to a Request for Proposals (RFP) regarding the procurement of ammunition for the Department of Veterans Affairs (VA) Law Enforcement Officers (LEOs). It provides essential updates, including answers to contractor questions and clarifications on pricing and delivery. Key amendments specify that the pricing will be based on a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, and the document projects annual ammunition requirements while emphasizing that these numbers are for planning purposes only. Contractors are required to submit specific brands of ammunition, with strict adherence to the specifications in the Statement of Work (SOW). The amendment addresses questions regarding pricing escalation, packaging requirements, and shipping logistics, stating that shipping terms are acceptable as Freight on Board (FOB). Furthermore, it details various ammunition types, including duty and training ammunition across .223 and 9mm calibers, with specific manufacturer information necessary for compliance. The overarching goal is to ensure a reliable supply of ammunition while adhering to federal regulations and standards, ultimately enhancing the operational capabilities of VA law enforcement personnel.
    This document is an amendment to a solicitation for the procurement of specified duty ammunition and training ammunition for government use, specifically clarifying various aspects of the contract. Key updates include corrections to listed Contract Line Item Numbers (CLINs) and the addition of two new ammunition types. Quotes are now to be submitted per round rather than by case, with a specific pricing instruction provided. The document details a range of ammunition types categorized by caliber, weight, and type, with the principal NAICS code of 332994, indicating manufacturing of small arms and ordnance. The document emphasizes the necessity for bidders to acknowledge receipt of the amendment and comply with the updated quote instructions. Additionally, all terms and conditions remain unchanged unless specified. This amendment represents federal procurement efforts aimed at ensuring reliable supply chains for law enforcement and military training purposes while adhering to procurement regulations.
    This document is an amendment to a solicitation for the procurement of specific ammunition types for the Network Contracting Office 20, detailing modifications to the original Request for Proposal (RFP). Its primary objective is to update offerors on changes regarding manufacturer numbers for two ammunition categories: Winchester Bonded JHP 124 and 147 Grain Jacket 9MM, and 5.56 62GR Federal Trophy Tactical Bonded. The amendment provides precise product identifiers—Winchester Bonded JHP 124 Grain is designated as RA9BA, and 147 Grain as RA9B. The Federal product is identified as XM556FBIT3. Offerors are instructed to acknowledge receipt of this amendment alongside any other amendments in the original solicitation when submitting their offers. This document demonstrates the government's commitment to ensuring that contractors adhere to specified requirements and product standards, which is vital in the context of federal RFPs where compliance with technical specifications is essential for contract awards. The formal structure, including itemized details and administrative requirements, is consistent with standard government contracting practices.
    The U.S. Department of Veterans Affairs (VA) has submitted a request to the Small Business Administration (SBA) for an individual waiver of the Nonmanufacturer Rule (NMR) concerning a procurement valued at $7.5 million for specific ammunition types. This procurement falls under the NAICS code 332992, relating to Small Arms Manufacturing and is linked to the upcoming solicitation numbered 36C26023AP0613. The request encompasses various types of 9mm and .223/5.56mm ammunition, essential for VA law enforcement training. The SBA's approval process involves assessing whether small business manufacturers can meet the procurement specifications. The VA conducted market research confirming that potential small business sources are primarily resellers rather than manufacturers. Notably, various service-disabled and veteran-owned small businesses were identified, but none can adequately supply the requested ammunition. The waiver is granted exclusively for this solicitation, allowing qualified small businesses to offer ammunition from larger manufacturers. This waiver is valid for the contract duration but necessitates renewal after five years. It’s emphasized that while the NMR is waived, compliance with other legal procurement requirements remains obligatory. This action reflects the VA's efforts to ensure adequate resource availability for law enforcement training while adhering to federal procurement standards.
    Similar Opportunities
    1005--Police Weapons with Government Specifications
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for Police Weapons that meet specific government specifications for the VISN 1 New England region. This procurement is governed by the Federal Acquisition Regulation (FAR) guidelines, specifically FAR 13.106-1(b), which allows for soliciting from a single source when competition may not be feasible. The selected weapons will play a crucial role in ensuring the safety and effectiveness of law enforcement operations within the Veterans Affairs network. Interested parties may contact Contracting Officer Tara Dossiema at Tara.Dossiema@va.gov for inquiries, with a response deadline set for September 19, 2024, at 9:00 AM Eastern Time.
    5.56mm Long Range Ammunition
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting proposals for the procurement of 5.56mm Long Range Ammunition (MK262 MOD 1). This acquisition is aimed at fulfilling various military requirements and includes comprehensive specifications for manufacturing, testing, inspection, packaging, and documentation of the ammunition. The procurement is particularly significant as it supports the operational readiness of U.S. military forces while promoting small business participation, including service-disabled veteran-owned businesses. Interested vendors must submit their proposals by September 19, 2024, and can direct inquiries to Shawna Gainey at shawna.y.gainey.civ@us.navy.mil or Leslie Graber-Heshelman at leslie.a.graber-heshelman.civ@us.navy.mil for further information.
    10--AMMUNITION PACK,KIT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 20 units of the NSN 1095016818873 Ammunition Pack, Kit, under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in military logistics and operations. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, and any inquiries should be directed to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Request for Information (RFI) Ammunition (9mm and 5.56mm) to support the Department of Defense Office of Inspector General (DoDIG)
    Active
    Dept Of Defense
    Request for Information (RFI) Ammunition (9mm and 5.56mm) to support the Department of Defense Office of Inspector General (DoDIG) The Department of Defense (DoD) Office of Inspector General (OIG) is seeking qualified vendors to provide 482,500 rounds of ammunition (9mm and 5.56mm). This ammunition will be used to support the Defense Criminal Investigative Service (DCIS) in its investigative and law enforcement duties. The procurement requires new Original Equipment Manufacturer (OEM) items only, with no gray market or counterfeit supplies allowed. The vendor must be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system. The ammunition will be delivered to 36 continental United States (CONUS) locations. Interested parties are requested to submit their capability statement by 5pm ET on March 22, 2024, to the provided email addresses.
    6930--Non-Projectile Firearm Tactical Training System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information from qualified vendors for a non-projectile firearm tactical training system intended to enhance training for officers and employees in active shooter scenarios at the VA Roseburg Health Care System in Oregon. The system must feature realistic weapon options, be safe for indoor use, simulate stress-inducing scenarios, and include capabilities for data recording and analysis. Interested vendors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), are invited to submit a capability statement and a courtesy market research quote by 3:00 PM PST on September 19, 2024, to the Contract Specialist, Krystle Avery, at Krystle.Avery@va.gov. This notice is for market research purposes only and does not constitute a request for quotation or guarantee of a contract.
    10--CENTER SECTION,AMMU
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of the Center Section, Ammunition (NSN 1015014816419). The solicitation includes a requirement for seven units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000, with an estimated four orders per year. This procurement is crucial for maintaining the supply of small arms and ordnance accessories, which are vital for military operations. Interested vendors should submit their quotes electronically, and any inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    6835--Bulk Liquid Oxygen
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the procurement of bulk liquid oxygen for the VA Loma Linda Healthcare System, with the contract set aside for Service-Disabled Veteran-Owned Small Businesses. The contract will span from October 1, 2024, to September 30, 2025, with provisions for four optional one-year extensions, ensuring a reliable supply of medical-grade oxygen critical for patient care. Key requirements include automatic deliveries every 7-10 days, maintenance of the oxygen storage system, and compliance with safety regulations, alongside necessary certifications such as OSHA and FDA compliance. Interested vendors must submit inquiries by September 5, 2024, and offers by September 23, 2024, with further details available from Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284.
    R602--575 / Base +4 / Courier Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a courier contract designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to support the Grand Junction VA Healthcare System. The contract will involve the transportation of medical items, requiring vendors to provide vehicles capable of carrying a minimum of four 2’x2’x2’ boxes, as well as necessary equipment such as coolers and totes. This service is critical for ensuring timely and safe delivery of medical supplies across various locations in Colorado and Utah, with an estimated demand of approximately 3,000 trips annually. Interested parties must submit their quotes by 2:00 PM MDT on September 19, 2024, to Contract Specialist Jim Lewis at james.lewis114fbb@va.gov, and may submit questions until September 16, 2024.
    10--GUIDE,CARTRIDGE,AMM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Guide, Cartridge, Ammunition (NSN 1005012979934). The contract will involve an estimated quantity of 6 units, with delivery expected within 219 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000. This procurement is critical for ensuring the availability of essential ammunition components, supporting military operations both domestically and internationally. Interested small businesses are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    10--RACK, AMMUNITION STORA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of ammunition storage racks, specifically NSN 1090015719887. The contract will involve a single line item with a quantity of one, and it may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000. These racks are critical for the secure storage of ammunition, ensuring operational readiness and safety in military depots both within the continental United States (CONUS) and overseas (OCONUS). Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, with the solicitation available on the DLA's website. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.