Salvage Vehicles Transport and Delivery
ID: 15A00025Q00000048Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Motor Vehicle Towing (488410)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- MOTOR POOL AND PACKING/CRATING: MOTOR POOL OPERATIONS (V002)

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 qualified small businesses to provide salvage vehicle transport and delivery services for training purposes at the ATF Academy in Brunswick/Glynco, GA. The procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for approximately 300 sedans and 50 motorcycles over a five-year period, with a focus on environmentally friendly vehicles that meet specific criteria. These vehicles are essential for enhancing law enforcement training programs, particularly in explosives response and investigation techniques. Interested contractors must submit their quotations by May 7, 2025, to Amanda Boshears at amanda.boshears@atf.gov, ensuring compliance with the Statement of Work and registration in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation (15A00025Q00000048) issued by the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) to establish multiple Blanket Purchase Agreements (BPAs) for the purchase of salvage vehicles, primarily sedans and motorcycles, for training purposes. The amendment extends the response deadline to May 7, 2025, and updates the contract performance period, maintaining all other terms unchanged. The contractor must provide environmentally friendly salvage vehicles that meet specific requirements and be located within a defined geographical radius. The ATF aims to procure a total of 300 vehicles and 50 motorcycles over the BPA's lifespan. Contractors must register in the System for Award Management (SAM) to participate. Evaluation criteria for award include Technical Capability, Past Performance, and Price, with awards made on a Lowest Price Technically Acceptable basis. The document outlines the submission process, emphasizing completeness and adherence to specified formats for proposals, with strict deadlines for questions and proposals. This solicitation reflects the ATF’s commitment to enhancing its operational capabilities while ensuring compliance with federal procurement standards.
    The document outlines an amendment to a solicitation for the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) specifically regarding a Request for Quotation (RFQ) for the establishment of multiple Blanket Purchase Agreements (BPAs) for the procurement of salvage vehicles to support various training programs. The amendment updates the technical evaluation factors related to quote submission instructions and evaluation criteria, emphasizing a "Lowest Price Technically Acceptable" (LPTA) approach. Contractors are required to provide environmentally friendly salvage cars within a specified radius and comply with registration in the System for Award Management (SAM). The RFQ specifies that responses must demonstrate technical capabilities and previous performance on similar contracts, with a structured submission format limiting total pages. The evaluation focuses on the technical approach, past performance, and pricing. The ATF aims to expedite procurement through BPAs, which facilitate ordering while allowing vendor competition. Overall, the solicitation reflects ATF's objective of enhancing law enforcement training through practical vehicle procurement while ensuring taxpayer resources are utilized efficiently.
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has released a Request for Quote (RFQ) for a contract aimed at enhancing its law enforcement activities. Respondents must submit comprehensive quotes that include technical capabilities and past performance information, along with pricing details. The selection process will prioritize the Lowest Price Technically Acceptable (LPTA) approach. Quotes must adhere to specific formatting standards, not exceed three pages for the non-price factors, and include a technical capability report and a description of past performances relevant to similar federal projects. The deadlines for questions and quote submissions are set for May 2, 2025, and May 7, 2025, respectively. Additionally, a conflict of interest disclosure is required if applicable. The anticipated contract structure includes multiple base periods and option years for the procurement of sedans and motorcycles. This RFQ highlights the ATF's commitment to efficiently utilize public funds while ensuring technical qualifications and prior successful performance in choosing a contractor.
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has issued a Request for Quote (RFQ) for purchasing vehicles, specifically 60 sedans and 10 motorcycles for each of the four option years, following a Lowest Price Technically Acceptable (LPTA) evaluation model. Offerors are advised to submit complete quotes that include both technical and price factors, with a maximum submission length of three pages for the technical part. Quotes must fully comply with the Statement of Work (SOW) specifications to be considered. The submission deadlines are set for questions on May 2, 2025, and quotes by May 7, 2025. Communications regarding the RFQ should be directed to the designated Contracting Officer, Amanda Boshears. Offerors must also disclose any conflicts of interest and propose mitigation plans if necessary. This RFQ reflects the ATF's commitment to ensuring compliance and securing necessary resources for law enforcement operations.
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is issuing a Statement of Work (SOW) for salvage vehicles intended for use in explosives training at the ATF National Academy in Glynco, GA. The agency plans to establish multiple Blanket Purchase Agreements (BPA) to procure about 300 vehicles and 50 motorcycles over five years, averaging 60 vehicles and 10 motorcycles annually. These vehicles are crucial for training classes that cover techniques such as Post Blast Investigative Techniques and Explosives Recognition. Contractors must provide environmentally friendly salvage vehicles that meet specific criteria, including being free of fluids and debris. Deliveries and pickups require compliance with ATF security protocols, and personnel must have proper authorization to access the training range. This initiative highlights the ATF's commitment to enhancing training for agents and investigators while ensuring that procurement processes are flexible and compliant with federal guidelines. The BPA will be structured as a Firm-Fixed Price (FFP) agreement, with no employee-employer relationship established with contractors. Overall, the initiative intends to strengthen ATF training capabilities in explosives response and investigation.
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is issuing a Request for Quote (RFQ) to secure services aimed at reducing violent crime and safeguarding communities from illegal activities related to firearms, explosives, alcohol, and tobacco. The government may make awards without discussions, so offers must be complete and submitted by prescribed deadlines—questions due by April 24, 2025, and quotes due by April 27, 2025. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation, where only the lowest priced, technically acceptable quote will be considered. Offerors are to submit a detailed proposal in two volumes: Volume 1 covers non-price factors, including technical capability and past performance, while Volume 2 is solely for price submission. Key elements in Volume 1 involve demonstrating organizational structure, case management capabilities, and relevant past projects. Offerors must adhere to specified submission formats and page limits, with all communications directed to the contracting officer. Additionally, any potential conflicts of interest must be disclosed. The anticipated contract includes a base period and multiple option years for vehicle provision (sedans and motorcycles).
    The document presents evaluation criteria for the government’s Request for Quote (RFQ) DJA-25-AACD-PR-0041 for Blanket Purchase Agreements (BPAs). It outlines a Lowest Price Technically Acceptable (LPTA) approach where awards may be made to multiple responsible vendors whose proposals are lowest in price and technically acceptable in two evaluation factors. The first factor, Technical Acceptability, requires offerors to submit a thorough Technical Approach demonstrating conformity to the Statement of Work (SOW). Proposals are rated as either "Acceptable" or "Unacceptable." The second factor, Price, assesses the reasonableness of the proposed prices relative to the SOW requirements. Overall pricing evaluation includes total costs for all options, reflecting a comprehensive approach to ensure value. The government intends to select the winning proposals based on this evaluation without further discussions, although the Contracting Officer retains the right to initiate discussions if deemed necessary later.
    The document outlines the evaluation criteria for awarding Blanket Purchase Agreements (BPAs) through RFQ DJA-25-AACD-PR-0041. The government will consider multiple submissions, focusing on the Lowest Price Technically Acceptable (LPTA) offers. Award decisions will be based on a vendor's adherence to technical requirements and past performance in similar federal contracts. Evaluation factors include: 1. **Technical Approach**: Vendors must demonstrate compliance with the Statement of Work (SOW). Quotes will be rated as acceptable or unacceptable based on whether they meet RFQ requirements. 2. **Past Performance**: Offerors should provide three relevant contracts from the past three years that highlight their capability to fulfill the SOW. Ratings will assess the recency and relevance of past projects, with acceptable ratings indicating potential success in fulfilling government requirements. 3. **Price**: Pricing will be evaluated for reasonableness and alignment with SOW demands. The total price will include basic requirements plus options, but the government is not obligated to exercise the options. The intent is to streamline the award process by evaluating offers based on initial submissions without initiating discussions, ensuring that the contract is established promptly upon acceptance.
    The document outlines a Past Performance Survey intended for contractors involved in federal projects. It collects vital performance data about contractors' capabilities in delivering services, ensuring compliance with contractual terms, and maintaining quality standards. Specific information such as the contractor's name, project details, contract number, and performance ratings across various categories, like quality of service, timeliness, business relations, and compliance with safety and environmental regulations, are required. Respondents must assess contractors on a scale from "Unacceptable" to "Acceptable" and elaborate on any non-compliance issues. The survey aims to evaluate contractors' performance for future reference in government RFPs and grants, helping to inform decision-making regarding contractor selection. Timely completion and submission of these surveys are specified to be sent to the designated contact person before the closing date of the Request for Quotation (RFQ). Overall, the survey serves as an essential tool for ensuring accountability and effectiveness in government contracting.
    The document is a Past Performance Survey used to evaluate contractors' performance on government contracts. It collects essential information about the contractor, including their name, contract details, project description, and financials. The survey assesses various aspects of the contractor's performance, such as quality of service, timeliness, business relations, management of key personnel, compliance with safety and environmental regulations, and overall customer satisfaction. Respondents are asked to rate the contractor's performance on a scale from "Unacceptable" to "Acceptable," providing both numerical ratings and narrative explanations when necessary for lower ratings. Additionally, the survey includes questions on specific contractual considerations, allowing for a comprehensive evaluation of the contractor’s past performance and reliability. The completed survey must be submitted via email before the specified deadline, highlighting its importance in the procurement process used in federal grants and RFPs for state and local projects. This rigorous assessment aims to ensure that contractors meet required performance standards and foster a successful partnership for future contracts.
    The document outlines a solicitation for the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) to establish multiple award Blanket Purchase Agreements (BPAs) for the procurement of salvage vehicles, specifically 300 sedans and 50 motorcycles over five years for training programs. The acquisition is open to small businesses and is designed to simplify the procurement process, allowing orders as needed without minimum guarantees. Key requirements include contractors being within a 10-mile radius of the ATF National Academy in Glynco, GA, and vehicles must be environmentally friendly and drained of fluids. The document includes various federal acquisition clauses, stipulating contractor responsibilities, compliance with Whistleblower Rights, restrictions on telecommunications equipment, and requirements for electronic payments. Communication details for inquiries are also provided, along with payment terms that include accelerated payment to small business subcontractors. Overall, this solicitation emphasizes the ATF's commitment to maintaining operational capabilities through effective and responsible procurement practices while adhering to federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Field, Background-Investigative Services (Multiple Award)
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide Field and Background-Investigative Services through a multiple-award Request for Quotations (RFQ). The procurement aims to establish Basic Ordering Agreements (BOAs) for an estimated 2,400 hours/points per year per awardee, with services compensated at $50 per point over a five-year period. These services are critical for conducting personnel security background investigations, ensuring compliance with federal regulations, and safeguarding sensitive information. Interested offerors must submit their quotations by June 15, 2030, and can direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or by phone at 202-648-9071.
    Field, Background-Investigative Services
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking proposals for field and background investigative services through a combined synopsis/solicitation. The objective is to support the Personnel Security Division by conducting personnel security background investigations in compliance with legal and policy requirements, with a firm-fixed-price contract expected to span up to five years and approximately 2,400 hours of work annually per contractor. This procurement is critical for maintaining effective personnel security and ensuring thorough oversight in investigative processes. Interested offerors should direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or call 202-648-9071, and must be prepared to submit proposals under the new solicitation number 15A00025Q00000069 once it is posted.
    Comprehensive Solution to Real-Time Access to Nationwide Secondary Market Data
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking industry input for a comprehensive solution that provides real-time access to nationwide secondary market data. The objective is to enable ATF personnel to identify sources of recovered crime guns and other secondary market items through a system that allows for querying firearm identifiers, performing investigative queries, and linking sales to specific merchants, while also providing advanced search capabilities and historical data access. This procurement is critical for enhancing ATF's investigative efforts and ensuring compliance with federal security and privacy standards. Interested vendors should submit their responses by 2 PM ET on December 17, 2025, and direct any questions to Amanda Boshears at amanda.boshears@atf.gov by December 13, 2025.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    IAAI Membership
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking to procure memberships for the International Association of Arson Investigators (IAAI). This procurement aims to secure memberships that will enhance training and educational opportunities for ATF personnel involved in arson investigations. IAAI memberships are vital for staying updated on best practices and advancements in the field of fire investigation. Interested parties can reach out to Brian Wilkins at Brian.Wilkins@atf.gov or by phone at 202-648-9120 for further details regarding this opportunity.
    Canine Center Technician
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified vendors for a full-time Contract Canine Center Technician to support its National Canine Division (NCD) in Front Royal, Virginia. The technician will be responsible for comprehensive canine care, kennel maintenance, and administrative tasks, which are crucial for training accelerant and explosives detection canines for law enforcement agencies. This opportunity is structured as a Multiple Award Blanket Purchase Agreement (BPA) with a firm-fixed-price contract anticipated for a period of up to sixty months, requiring responses by 5:00 PM EST on December 16, 2025. Interested parties should contact Brian Wilkins at Brian.Wilkins@atf.gov for further information and submission details.
    Tanker Truck Fuel Pick-up
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.
    Emergency Call Out
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking contractors for an "Emergency Call Out" service involving the usage of heavy equipment in Minneapolis, MN. This procurement aims to ensure rapid response capabilities for emergency situations requiring specialized heavy machinery support. The services are critical for maintaining operational readiness and addressing urgent needs effectively. Interested parties can reach out to Brian Wilkins at Brian.Wilkins@atf.gov or by phone at 202-648-9120 for further details regarding this opportunity.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    Alford Technologies Tools
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking authorized resellers to provide specific brand-name tools from Alford Technologies, including Bootbangers, Bottlers, DemiMods, Modular Large Vehicle Disruptors (MLVDs), and MajorMods. This procurement is a total small business set-aside under FAR Part 12, intended to result in a one-time, firm-fixed price purchase order, with all items required to be new and delivered to Redstone Arsenal, Alabama, by March 24, 2026. The tools are essential for the FBI's Critical Incident Response Group (CIRG) operations, emphasizing the importance of reliable and specialized equipment in critical situations. Interested vendors must submit their quotes by December 16, 2025, at 10:00 AM CT, and direct any questions to Keri Matthews at kcmatthews@fbi.gov by December 15, 2025, at 10:00 AM CT.