GSA Approved Security Container Program
ID: 47QSSC-25-R-3040Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/FAS/GSS/QSCB, SUPPLY CHAIN MANAGEMENT CONTRACTING DIVISIONWashington, DC, 20006, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

OFFICE FURNITURE (7110)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the GSA Approved Security Container Program, which aims to establish multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for national security equipment, including security containers, vaults, and vault/armory doors. This procurement is critical for safeguarding national security information and assets, with a total estimated contract value of $300 million over a five-year period, including a two-year base and three one-year options. Interested Original Equipment Manufacturers (OEMs) must be listed on the Qualified Products Lists (QPLs) and comply with stringent federal specifications. Proposals are due by August 29, 2025, and all inquiries should be directed to Amanda B. Foley at Amanda.Foley@gsa.gov or Theresa E. Cox at Theresa.Cox@gsa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses various questions and clarifications regarding a government RFP, focusing on amendments related to shipping, pricing, product descriptions, and administrative processes. Key points include confirmation that GSA POs with pricing can be attached to shipping information, and that separate National Stock Numbers (NSNs) will not be established for Foreign Military Sales (FMS) orders, which will use specific lock types like S&G 2937 and X-09. OEMs can include brand-specific details in marketing materials, but sensitive information is restricted. Volume discounts are accepted, but tiered pricing is not, with only one unit price per CLIN. The government maintains its stance on
    This document outlines numerous questions, comments, and clarifications regarding a government RFP for GSA Approved Security Containers. Key issues raised by prospective contractors include concerns about 5-year pricing, the transition from current to new National Stock Numbers (NSNs), administrative offset clauses for incorrect purchase order information, and the timeline for GSA Advantage integration. Contractors also seek clarification on price increases for sole-sourced components, product image submission requirements, shipping and delivery terms (including liftgate and inside delivery), and inspection and acceptance timeframes. The document addresses questions on contract maximums, economic price adjustments (EPAs), and the management of contractor performance metrics. GSA's responses clarify many points, such as GSA's responsibility for uploading product information to GSA Advantage, the applicability of EPA clauses after the first year, and the $2,500 minimum guarantee for contractors. They also confirm that drawings are not acceptable in lieu of photos, and that some clauses will remain unchanged. The overarching theme is the need for clear, consistent terms to facilitate a smooth transition to the new IDIQ contract and ensure fair practices for manufacturers.
    The document outlines concerns and inquiries from contractors regarding a government Request for Proposal (RFP) for a new Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on security containers. Key issues include uncertainties about pricing arrangements over five years, transitions from old National Stock Numbers (NSNs) to new ones, and lead times affected by administrative inefficiencies. Contractors emphasize the need for accurate Point of Contact (POC) information to avoid delays, as well as clarity on responsibilities for transportation, including conditions for inside delivery. Contractors seek specific adjustments, such as clauses for Economic Price Adjustments (EPAs) to account for labor and material cost fluctuations, streamlined processes for submitting product images, and defined timelines for inspection and acceptance of deliveries. They also express concerns about existing administrative penalties for late deliveries and request considerations for external factors affecting performance metrics, such as supply chain issues. Overall, the document reflects a collective push for clearer guidelines, fair treatment, and efficiency in the procurement process, ensuring that the contracts align with the operational needs of both the government and contractors. The contractors are advocating for a collaborative approach in optimizing contract terms to enhance service delivery and fulfill government requirements effectively.
    The General Services Administration (GSA) and its Interagency Advisory Committee on Security Equipment (IACSE) have issued a Final Rule regarding the sale of new GSA-approved security containers, effective February 10, 2025. This rule clarifies that manufacturers cannot sell these containers to third-party vendors. Instead, sales are limited to two authorized methods: through the GSA Global Supply procurement process or via Direct Purchase Authority (DPA). The DPA process is highly restricted, requiring prior GSA approval for a one-time direct sale between the manufacturer and an industrial contractor. Any unauthorized sales by manufacturers on the Qualified Products List (QPL) will lead to immediate suspension from the QPL and referral to the GSA Suspension and Debarment Office for Cage Code rescission. This regulation aims to streamline procurement and maintain control over the distribution of GSA-approved security containers.
    The General Services Administration (GSA) issued a Final Rule regarding the sale of new GSA-approved security containers. It outlines the authorized methods for manufacturers to sell these containers, which include the GSA Global Supply procurement process and a limited Direct Purchase Authority (DPA) requiring prior GSA approval. The note emphasizes that any unauthorized sales will lead to immediate suspension from the Qualified Products List (QPL) and a referral to the GSA Suspension and Debarment Office. The communication targets manufacturers to clarify the protocol and maintain control over the distribution of GSA-approved containers, ensuring compliance with established governmental procurement processes. For further inquiries, contact details for the GSA representative are provided. This document reinforces the GSA's commitment to regulatory compliance and oversight in the handling of security equipment within government contracts.
    The Model Commercial Subcontracting Plan provides a framework for federal contractors to fulfill subcontracting requirements when furnishing commercial items and services. It emphasizes company-wide annual goals, including indirect costs, rather than contract-specific ones. Contractors must identify potential sources, appoint a program administrator, and ensure equitable opportunities for small businesses. The plan details reporting requirements, such as submitting annual Summary Subcontracting Reports (SSR) in eSRS, and outlines record-keeping procedures. Failure to comply in good faith may lead to liquidated damages. This template ensures contractors promote and track subcontracting with various socio-economic small business concerns, aligning with FAR clause 52.219-9.
    The document details specifications for various Class 6 filing cabinets, resistant to 20 man-hours of surreptitious entry and 30 man-minutes of covert entry. These cabinets come in different sizes (VII and VIII, and IV for letter size), colors (Black, Gray, Parchment), and designs (Single Lock and Dual Lock), with specific lock styles (Style 1 or 2) and associated Federal Specifications (FF-L-2740 or FF-L-2937). Approved suppliers include A & H Security Cabinets Inc., Alpha Safe and Vault Inc., American Made Safe & Security LLC, Hamilton Products Group Inc., and The Will-Burt Company. All products must conform to producer specifications and be commercially available. Marking for domestic civilian activities must comply with Federal Standard 123, while military activities require compliance with Military Standard 129, including specific labeling for Military Shipping Labels. Preparation for delivery, for both domestic and export shipments, must adhere to GSAM provisions/clauses and ASTM D-3951, with mandatory compliance to ASTM D-3951 for General Supplies and Services (GSS) contracts. Wood Packaging Material (WPM) for export shipments must be treated and stamped in accordance with GSAM 552.211.89 or ASTM D-3951.
    This document outlines the specifications and requirements for various filing cabinets under different National Stock Numbers (NSNs) for government procurement. Each filing cabinet must comply with Federal Specification AA-F-358 and be listed on the Federal Qualified Products Listing QPL-AA-F-358. Key characteristics include Class 6 or 6-S resistance (20 man-hours surreptitious entry, 30 man-minutes covert entry), Size II (4-drawer, letter size), Style K (key change combination lock), gray color, ML (Multi Lock/Multiple Lock) design, and a Style 2 lock conforming to Federal Specification FF-L-2740 and QPL-FF-L-2740. All products must meet salient characteristics, conform to producer specifications, and be commercially available. Marking for civilian activities must comply with Federal Standard 123, while military activities require compliance with Military Standard 129, including specific details on the Military Shipping Label. For certain NSNs, Safety Data Sheets (SDS) are required per Federal Standard No. 313, with specific content and labeling for regulated materials. Preparation for delivery, including packaging and packing for domestic and export shipments, must adhere to GSAM provisions and ASTM D-3951, with mandatory compliance for GSS contracts. Wood Packaging Material (WPM) for export shipments must be treated and stamped according to GSAM 552.211.89 or ASTM D-3951.
    The document is a draft Federal Qualified Products List (QPL-AA-F-358-21) for uninsulated, security filing cabinets (legal and letter size), superseding the August 7, 2019, version. Authorized by the General Services Administration (GSA), Federal Acquisition Service, the list identifies products qualified under Federal Specification AA-F-358 for Federal Government procurement. It specifies that listed products meet applicable requirements and identifies manufacturers by name, address, and plant location. The document includes a disclaimer that listing does not imply endorsement or release suppliers from compliance. It also outlines rules for advertising or publicity related to the QPL. The list details various product models (Class 5, Class 5-W, and Class 6) from manufacturers such as American Made Safe and Security, LLC, Hamilton Products Group, Inc., The Will-Burt Company, and A&H Security Cabinets, Inc., including their National Stock Numbers (NSN) and manufacturer designations.
    The GSA Federal Acquisition Service outlines requirements for product images, descriptions, and categorizations for GSA Global Supply. High-resolution images, suitable for print, must be submitted to the GSA contracting officer via agreed-upon methods. Image specifications include RGB color, 300 DPI resolution, 3" x 3" size, and JPEG or PNG file type. Images must have a clipping path, preferably a white background, no alpha channel, and be flattened. Each image file must be named using the NSN_CAGE convention and accompanied by an Excel spreadsheet listing file names, NSNs, and image purpose. Accurate and complete product descriptions and categorizations are crucial for customer product location and selection. All files, named NSN_Cage, must be submitted to both the Contracting Officer and Contracting Specialist.
    The GSA Federal Acquisition Service document outlines the Contractor Scorecard Metric Logic, detailing performance metrics for federal contractors. It establishes criteria for "Acknowledgement Status Performance," requiring contractors to acknowledge purchase orders within one business day, with a three-day grace period for processing acknowledgements, shipments, backorders, or cancellations. "Shipment Status Performance" mandates submitting shipment status or backorder requests within one business day of shipment or when unable to meet the PO due date, allowing a three-day window past the due date. "On-Time Performance" assesses whether orders are shipped or delivered by the PO due date or backorder ESD, depending on ARO terms. This metric uses tracking numbers, invoice dates, or customer receipt acknowledgements to verify on-time delivery or shipment, excluding cancellations. These metrics are crucial for contractors to meet federal procurement standards and ensure efficient order fulfillment.
    The document outlines the functionalities of the Vendor Portal, a web-based tool for vendors to manage federal government Purchase Orders. It details how vendors can view and manage their Purchase Orders, including modifications, cancellations, and shipping details. The portal also allows for searching and downloading order information, with a transition from DUNS numbers to Unique Entity Identifiers (UEI) generated by SAM.gov as of April 2022. Vendors must create an account with a unique email and can have multiple users associated with one Vendor ID. The document provides instructions on searching, saving searches, acknowledging, and managing partial or full quantities of orders. It also covers the process for acknowledging and shipping partial or full quantities of Purchase Orders, emphasizing the need for an Acknowledged status before shipment. Additionally, it specifies that partial acknowledgements are not possible for multi-line Purchase Orders and outlines the requirements for account activation and inactivity policies.
    The General Services Administration (GSA) Facilities and Hardware Supply Chain Management Contracting Division is issuing a Justification and Approval for Other Than Full and Open Competition for the 47QSSC-25-R-3040 Security Containers Program. This action establishes single-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for GSA-approved security containers, vault doors, and locks, which are essential for safeguarding national security information, arms, ammunition, and explosives. The procurement is justified due to the unique, brand-name nature of these products, which must meet stringent federal specifications and are listed on Qualified Products Lists (QPLs) after rigorous testing by the DoD Lock Program Testing Laboratory. The estimated contract value is $300 million over five years, driven by historical demand. Market research indicates interested original equipment manufacturers (OEMs) for security containers, vault doors, and locks. Competition is limited to QPL-approved OEMs, as their products are specialized and non-interchangeable. The GSA aims to ensure fair and reasonable pricing through various analysis techniques. Efforts to increase competition include encouraging new manufacturers to seek QPL approval.
    The Model Commercial Subcontracting Plan provides guidelines for contractors to develop subcontracting plans when supplying commercial goods or services to the federal government. It emphasizes the necessity for contractors to create a comprehensive subcontracting plan that includes goals for various types of small business participation, covering a fiscal year and encompassing both commercial and government contracts. The plan requires contractors to set specific dollar and percentage goals for small businesses, including categories such as veteran-owned and women-owned businesses. It highlights the importance of indirect costs in calculating these goals and outlines a systematic method for identifying potential subcontract sources. Contractors are expected to maintain equitable opportunities for small business competitors and must submit a Summary Subcontracting Report annually. Following submission, the contracting officer reviews the plan and collaborates with Small Business Technical Advisors for approval. The document underscores the significance of “good faith efforts” in achieving subcontracting goals and specifies that failing to comply may result in penalties. Overall, the plan governs how contractors can effectively engage small businesses and adhere to federal regulations throughout their contracting processes.
    This document outlines specifications for filing cabinets acquired by the federal government, detailing design, security features, and compliance requirements. Each cabinet must conform to Federal Specification AA-F-358, boasting Class 6 security to withstand surreptitious and covert entry attempts. Notable specifications include distinct sizes, styles, and locks, such as key change combination locks. Each entry lists specific manufacturers and part numbers, ensuring they are registered on the Federal Qualified Products Listing. Marking and packaging of these items must comply with various government and military standards, including GSAM and ASTM regulations to ensure safe delivery. Additionally, there are strict guidelines for the use of Wood Packaging Material in export shipments, confirming it is treated and stamped properly. The document emphasizes the government’s commitment to security and integrity in the acquisition process, reaffirming that all products meet both commercial market standards and government requirements. Overall, this procurement document serves as a comprehensive guideline for prospective suppliers, establishing clear parameters for offering compliant, secure filing cabinets to the government.
    The document outlines specifications for filing cabinets procured under various National Stock Numbers (NSN). Each cabinet must comply with Federal Specification AA-F-358, featuring characteristics such as resistance to surreptitious and covert entry, key change combination locks, and a gray color. The supply units are designated as each (EA). Key requirements include product conformance to established standards, appropriate marking for civilian and military deliveries as per Federal and Military Standards, and preparation guidelines for domestic and export shipments. The packaging must align with GSAM provisions and ASTM D-3951, especially regarding wood packing material for exports, which must be treated and stamped accordingly. Safety Data Sheets (SDS) must accompany regulated materials and include comprehensive data, ensuring compliance with OSHA and GHS standards. Collectively, these specifications ensure the government acquires secure, properly marked, and adequately packaged filing cabinets that meet safety and quality standards essential for government operations.
    The document is a draft of the Federal Qualified Products List (QPL) for Filing Cabinets classified under Federal Specification AA-F-358. It identifies products that meet government procurement requirements, specifically for legal and letter-sized, uninsulated security filing cabinets. The General Services Administration (GSA) regulates this list, emphasizing that listing does not imply government endorsement. The document specifies product classifications, manufacturers, and corresponding National Stock Numbers (NSNs) for multiple products from manufacturers like American Made Safe and Security, Hamilton Products Group, and The Will-Burt Company. Each entry includes design, style, and a manufacturer designation, with a clear outline of compliance and qualification references. This qualified product listing will guide federal, state, and local procurement practices while maintaining compliance with government standards.
    The GSA Federal Acquisition Service outlines specific requirements for high-resolution product images, descriptions, and categorizations essential for GSA Global Supply. Image specifications include a color model of CMYK, a resolution of 300 DPI, a size of 3" x 3", and a TIFF file format. Additional directives entail utilizing a white background, flattening images without layers, and providing an accompanying Excel spreadsheet detailing filenames, NSNs, and whether the images are new or replacements. Accurate product descriptions and categorizations are vital for customer accessibility, enabling informed decision-making. Contractors are expected to cooperate by supplying acceptable descriptions and engaging with GSA to upload robust item information into GSA Advantage. Overall, the document emphasizes compliance in delivering high-quality representations of products to enhance procurement processes within government systems.
    The GSA Federal Acquisition Service outlines requirements for high-resolution product images, descriptions, and categorizations for the GSA Global Supply program. Proposals for images must adhere to specific technical standards, such as RGB color mode, 300 DPI resolution, 3" x 3" image size, and file formats like JPEG or PNG. Images should have no background, include a clipping path, and be saved as flattened files. An Excel spreadsheet is required to accompany the images, listing file names, corresponding National Stock Numbers (NSNs), and their purposes. Accurate product descriptions and categorizations help customers easily locate and select items, ensuring informed purchasing decisions. Each submission must follow a strict naming convention, highlighting the importance of organization and clarity in federally managed acquisitions. This document is instrumental in enhancing the presentation and identification of government-provided products.
    The GSA Federal Acquisition Service outlines the Contractor Scorecard Metric Logic focused on evaluating contractor performance related to purchase orders. The document specifies three primary performance metrics: Acknowledgment Status, Shipment Status, and On-Time Performance. Acknowledgment Status measures the prompt acknowledgment of purchase orders, requiring acknowledgment within one business day of order receipt. Shipment Status reviews the timely submission of shipping or backorder information, mandating a report within one business day after shipment or due date. On-Time Performance assesses the adherence to delivery timelines based on purchase order due dates, allowing for a grace period of seven days after the due date for data compiling purposes. Each metric allows for adjustments concerning weekends and holidays, ensuring that compliance with reporting and shipment timelines is fairly evaluated. Overall, this document serves as a framework for federal contractors to assess their operational effectiveness and meet required federal standards within government procurement processes.
    The document outlines regulations for GSA vendors and carriers to access Navy and other DoD installations for deliveries. It introduces the Navy Commercial Access Control System (NCACS), known as RAPIDGATE, and the Carrier Appointment System (CAS), both designed to streamline delivery scheduling and access to military facilities. Key points include the necessity for carriers delivering to Navy installations to enroll in NCACS to avoid access delays, and the requirements for vendor registration, such as personal identification and company details. The GSA recommends that vendors ensure their carriers are compliant with these systems prior to shipment to prevent delivery failures and increased costs. The document also provides contact information for enrollment and support related to these systems, emphasizing the importance of adherence to guidelines for efficient operations within DoD logistics. Overall, these initiatives enhance security and logistical efficiency for goods delivery to military installations.
    The document consists of various sections related to federal and state RFPs (Requests for Proposals), specifically focusing on grants and funding opportunities for diverse projects. It outlines processes for funding applications, eligibility criteria, deadlines, and compliance requirements critical for applicants looking to secure federal support for initiatives. Key areas highlighted include environmental assessments, health and safety regulations, and the importance of adherence to local laws during project execution. The overarching purpose of this file appears to be guiding potential beneficiaries through the intricacies of obtaining financial assistance from government sources. It emphasizes transparency, accountability, and the necessity for maintaining public trust in the handling of federal funds. The document's structure indicates a preference for organized, clear guidelines designed to facilitate the smooth submission and review of proposals, thus showcasing the government's commitment to fostering development through community engagement and responsible fiscal management.
    The document pertains to the General Services Administration's (GSA) Justification and Approval for Other Than Full and Open Competition regarding the procurement of security containers as part of the Security Container Program in collaboration with the Department of Defense (DoD). The program is essential for the protection of classified information and mandates the use of specific, GSA-approved security equipment, particularly for the storage of national security information, arms, and explosives. The procurement will be executed through single-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts spanning five years, covering approximately 1,032 National Stock Numbers (NSNs). Due to the specialized nature of the equipment and the need for consistency and reliability, only approved manufacturers listed on a Qualified Products List (QPL) will be eligible to supply the containers, which include filing cabinets, vault doors, and weapon storage solutions. The anticipated contract value is estimated at $300 million, reflecting historical spending trends. The justification outlines that this acquisition will be conducted under brand-name restrictions due to the unique specifications required for government needs, and it follows federal regulations regarding competition and procurement processes. Overall, the document illustrates the GSA's commitment to maintaining national security through reliable supply chain management for critical security assets.
    This government file is an extensive list of parts and products from various manufacturers, including A&H, ALPHA, AMERICAN MADE, HAMILTON, WILL-BURT, BROWN SAFE, OVERLY, and INTERNATIONAL VAULT. Each entry includes a CLIN, NSN, manufacturer name, and manufacturer part number. The document appears to be a catalog or inventory list, potentially for procurement purposes within federal government RFPs, federal grants, or state and local RFPs. The items span a wide range of product types, from general manufactured goods to specialized vault components, indicated by the 'INTERNATIONAL VAULT' category. The file's primary purpose is to provide a detailed breakdown of available items and their corresponding identification numbers and manufacturers, facilitating ordering, tracking, or bidding processes for various government-related projects.
    The GSA Federal Acquisition Service document clarifies and supplements MIL-STD-129R (Change 3) requirements for packing lists and documentation in deliveries to military agencies, particularly for Customer Direct (formerly Direct Vendor Delivery [DVD]) environments. It details marking, labeling, barcoding, and shipment packing list protocols, emphasizing MIL-STD-129 compliance. A key waiver allows contractors to attach specific combinations of documents—DD Form 250/250C, Commercial Packing List (CPL), or DD Form 1348-1A, along with DD Form 1384 (TCMD) or a GSA Purchase Order (PO)—to the exterior of shipment units in a water-resistant envelope. The document provides detailed guidance for single and multiple item shipments, including the use of Transportation Control Number (TCN) suffixing for partial or split shipments. Non-compliance with these packing and marking requirements can result in financial penalties for contractors, including charges for repackaging, repacking, and remarking, plus material costs. The document aims to prevent shipment frustration and ensure efficient delivery while holding vendors accountable.
    The GSA Federal Acquisition Service outlines comprehensive business transaction processing requirements for contractors, allowing them to choose between a Vendor Portal (VP) or Electronic Data Interchange (EDI) for conducting business. EDI is preferred for higher volume contractors (over 50 orders/month). All contractors, particularly the designated "prime" contractor, must adhere to GSA business rules for transactions, including processing backorders, acknowledgments, shipment, and delivery information. Universal requirements include acknowledging orders and changes within one business day, processing cancellations, and providing timely shipment and delivery confirmations. Invoicing is only permitted after shipment information is provided. While VP is available for order retrieval and data submission, invoicing via VP is not supported; contractors can use EDI 810 or the FedPay portal. EDI contractors must comply with ANSI X-12 transaction sets and undergo a rigorous onboarding process, including capability testing and end-to-end system validation within 90 days of contract award. Both inbound and outbound EDI transaction types, such as Purchase Orders (850), Invoices (810), and Advance Ship Notices (856), are specified. Contractor performance, especially on-time delivery, is crucial and will be evaluated based on the accuracy of information submitted via VP or EDI. The document concludes with a contractor certification to ensure compliance with these requirements.
    The document outlines a comprehensive list of items available for procurement, specifically focusing on various part numbers associated with multiple manufacturers, including A&H, ALPHA, AMERICAN MADE, HAMILTON, and WILL-BURT. Each entry includes a unique stock number (NSN), indicating a streamlined inventory meant for government agencies. The items are systematically categorized by their respective CLINs (Contract Line Item Numbers), allowing for easy identification and procurement. This structured format suggests that the document is part of the government's strategy to facilitate acquisitions through Requests for Proposals (RFPs) or grants at federal, state, or local levels. By listing these items with specified part numbers, it aims to ensure clarity and ensure that agencies can quickly access necessary supplies while maintaining compliance with procurement regulations. The emphasis on American-made products also aligns with governmental directives on supporting domestic manufacturing.
    The document lists various items related to government procurement, detailing their respective part numbers, national stock numbers (NSN), and manufacturers. It includes products from vendors such as A&H, ALPHA, AMERICAN MADE, HAMILTON, and WILL-BURT, covering a wide range of specifications and applications. Each item entry consists of a unique identifier (CLIN), NSN, manufacturer name, and part number. This extensive inventory caters primarily to federal government requests for proposals (RFPs) and grants, along with certain state and local procurement needs. The overarching objective is to ensure efficient acquisition of necessary equipment and supplies, facilitating compliance with government standards. The document reflects the structured approach necessary in federal procurement processes, highlighting the need for clear documentation in sourcing products. Key aspects include item identification, supplier reliability, and adherence to regulations in government contracting. Overall, the list aids in streamlining the procurement process, ensuring that demands for specific items are met effectively.
    The GSA Federal Acquisition Service outlines the requirements for packing lists and documentation for deliveries to military agencies, emphasizing adherence to MIL-STD-129 standards. Key stipulations include labeling, barcoding, and the inclusion of specific forms such as DD Form 250/250C, DD Form 1348-1A, and DD Form 1384 (TCMD) in a water-resistant envelope attached to the shipment. For single item shipments, a packing list is mandatory on the exterior of the container, while for multiple items, each item's documentation must be clearly identified and accessible. The document provides detailed guidelines for contractors on how to package and label shipments, especially for partial and split shipments, emphasizing the importance of using correct Transportation Control Numbers (TCN) and ensuring all required documents correlate with the materials shipped. The guidelines aim to maintain shipment integrity and compliance with military regulations, thereby streamlining the logistics involved in government procurement processes.
    The GSA Federal Acquisition Service document provides clarifications regarding packaging and documentation for deliveries to military agencies as per MIL-STD-129R. It highlights the requirements for shipment marking, labeling, barcoding, and packing lists, indicating that these should comply with the specified military standards. Key points include the necessity of including a shipping label, packing lists, and applicable forms (DD Form 250/250C, DD Form 1348-1A, DD Form 1384) in a water-resistant envelope attached to each shipment. The document emphasizes the importance of these practices to prevent confusion and ensure smooth shipment handling, especially in environments like Customer Direct (formerly Direct Vendor Delivery). Contractors are held financially accountable for noncompliance with marking and packaging standards and may incur charges for required repackaging. The document aims to standardize shipment processes, ensuring efficient logistics and compliance with military shipping requirements, ultimately reflecting the federal government's emphasis on accountability and precision in public procurement practices.
    The GSA Federal Acquisition Service outlines mandatory business transaction processing requirements for contractors engaging with GSA. Contractors have the option to utilize either the Vendor Portal (VP) for manual transactions or Electronic Data Interchange (EDI) for automated, high-volume interactions, with a preference for EDI for those receiving over 50 orders monthly. Key requirements include timely acknowledgment of purchase orders and shipment statuses, which must be communicated within one business day. All communications must be processed via designated channels, and each contractor must work closely with their GSA Contracting Officer to ensure compliance with specific GSA business rules, including handling backorders and cancellations. The document emphasizes contractor performance evaluations based on on-time delivery, and failure to comply may affect business relationships. Contractors must confirm their communication method preference and agree to adhere to the outlined procedures. This framework fosters structured and efficient transaction processing between GSA and its contractors, ensuring accountability, accuracy, and adherence to contractual obligations.
    The General Services Administration (GSA) has issued a Request for Proposal (RFP) 47QSSC-25-R-3040 for the procurement of new GSA Approved National Security Equipment, including security containers, vaults, and vault/armory doors. This procurement is for multiple, single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts with a two-year base period and four one-year option periods, totaling five years. The contracts will be awarded to Original Equipment Manufacturers (OEMs) listed on the Qualified Products Lists (QPLs), with an estimated maximum value of $300 million. The solicitation outlines detailed requirements for product specifications, packaging, inspection, delivery, and contract administration, emphasizing compliance with federal regulations and GSA standards. It also details performance metrics for contractors, including acknowledgment, shipment, and on-time performance, and outlines penalties for non-compliance.
    This federal Request for Proposal (RFP) (47QSSC-25-R-3040) outlines the General Services Administration's (GSA) intent to procure new GSA-approved national security equipment, including security containers, vaults, and armory doors. The procurement will establish multiple, single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts with a two-year base period and four one-year options, totaling five years. The maximum aggregate value for all contracts is $300 million, with no single OEM contract exceeding $100 million. This acquisition, under NAICS 332999, is not a small business set-aside and is open to Original Equipment Manufacturers (OEMs) on the Qualified Products Lists (QPLs). Proposals are due by August 11, 2025, and technical questions by July 22, 2025. Key requirements include compliance with packaging, marking, and delivery standards, with penalties for non-compliance. Contractors must use GSA's electronic ordering systems (OMS Vendor Portal or EDI) and maintain performance metrics. The contract allows for the on-boarding and off-boarding of OEMs and NSNs based on QPL status and GSA's needs.
    The Request for Proposal (RFP) 47QSSC-25-R-3040 by the U.S. General Services Administration (GSA) seeks to establish multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for new GSA Approved National Security Equipment. This includes security containers, vaults, and vault/armory doors, along with auxiliary parts and locks. The procurement, under the GSA Approved Security Container Program, is for Original Equipment Manufacturers (OEMs) listed on Qualified Products Lists (QPLs) and emphasizes that only new, not reconditioned, equipment is permissible. The contract period is a two-year base with three one-year options, totaling five years, with an estimated maximum value of $300 million across all awards. Proposals are due by August 11, 2025. Key requirements include adherence to specifications, prompt delivery, and compliance with packaging and marking standards. Contractors must provide volume discounts, ensure prompt payment, and be prepared for potential cyber-supply chain risk assessments. The document outlines detailed sections on supplies, prices, inspection, acceptance, deliveries, and contract administration, including performance metrics and invoicing procedures. Unauthorized sales of GSA-approved security equipment outside specified procurement processes will lead to severe penalties.
    The U.S. General Services Administration (GSA) has issued Request for Proposal (RFP) 47QSSC-25-R-3040 to establish multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for procuring GSA Approved National Security Equipment, particularly security containers and vault doors. The contract supports the Department of Defense’s security requirements and mandates that all equipment meet stringent qualifications established by the Qualified Products Lists (QPLs). The solicitation outlines a two-year base period with four additional one-year options, totaling five years, and requires proposals by August 18, 2025. Key elements of the contract include specifications for delivery, performance metrics, and invoicing processes, as well as clear responsibilities for risk management and compliance with safety regulations. The pricing should comply with federal acquisition regulations, prohibiting refurbished or reconditioned equipment. The RFP does not set aside contracts for small businesses and emphasizes the need for qualifying original equipment manufacturers (OEMs) to maintain compliance throughout the contract period. The GSA reserves the right to amend the QPLs as needed, ensuring that only approved products are procured to safeguard national security interests.
    The document outlines a Request for Proposal (RFP) from the General Services Administration (GSA) for the procurement of GSA Approved Security Containers as established under federal regulations concerning national security. This solicitation seeks multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts over a total of five years, encompassing a two-year base period and three one-year optional periods. The GSA aims to secure new, unrefurbished security equipment specifically for federal use, aligning with the Department of Defense's standards. The key components include product specifications, submission guidelines, pricing quotations, and the evaluation criteria for bids. Additionally, it addresses delivery requirements, pricing strategies, and contractor responsibilities, emphasizing compliance with federal security protocols. Contractors must maintain registration in GSA systems and submit proof of compliance to ensure eligibility for contract awards. This procurement is significant as it not only ensures the protection of classified materials but also underscores the government's commitment to secure supply chains and responsible procurement practices. The estimated contract value is up to $300 million, with stringent penalties for non-compliance regarding delivery and performance metrics. Overall, the document represents a comprehensive framework for engaging qualified manufacturers in providing essential national security equipment.
    This government Request for Proposal (RFP) (47QSSC-25-R-3040) outlines the General Services Administration's (GSA) intent to award multiple, single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for new GSA Approved National Security Equipment, including security containers, vaults, and associated components. This procurement, managed under the GSA Approved Security Container Program, is for brand-name products listed on Qualified Products Lists (QPLs) and is not a small business set-aside. The contract has a two-year base period and three one-year options, with an estimated total maximum value of $300 million. Proposals are due by August 11, 2025, and technical questions by July 22, 2025. Key requirements include strict adherence to packaging and marking standards, F.O.B. origin freight prepaid delivery, and contractor responsibility for damaged goods. Contractors must use electronic invoicing (EDI or OMS Vendor Portal) and meet performance metrics for order acknowledgment, shipment status, and on-time delivery. The GSA reserves the right to onboard or offboard manufacturers and NSNs based on QPL status and may implement administrative offsets for non-compliance.
    This document outlines the Request for Proposal (RFP) 47QSSC-25-R-3040 issued by the General Services Administration (GSA) for the procurement of GSA Approved Security Containers and Vault/Armory Doors. It is categorized under the Defense Priorities and Allocations System, aiming to fulfill national security needs for classified information protection. The solicitation specifies a two-year base contract with three options, totaling five years, focusing exclusively on new security equipment compliant with established standards. Eligible bidders include manufacturers listed on the Qualified Products Lists (QPLs). The RFP emphasizes that reconditioned or refurbished items are not permissible, and awarded contracts must comply with strict performance metrics, including delivery and invoicing requirements. The document specifies that contractors must submit monthly shipping and invoicing status reports while ensuring accurate product labeling and packaging. Its procurement strategy does not allow small business set-asides and emphasizes a fair-price determination process. The document underlines the importance of compliance with regulations governing classified materials, and the significance of securing a reliable supply chain for national security interests. Overall, this RFP is a vital step in strengthening the government's capability to secure classified materials amid evolving security needs.
    This amendment (0001) to solicitation 47QSSC-25-R-3040 extends key dates, revises the contract's base performance period, and updates several sections related to deliverables, product imagery, and reporting. Technical questions are now due by July 29, 2025, and proposals by August 18, 2025. The contract's base period is revised to one year, with four additional one-year options. The document also details changes to reporting requirements, replacing monthly shipping and invoicing status reports with monthly backorder status reports. Additionally, the Economic Price Adjustment clause 552.216-71 is revised, incorporating Alternate I, which outlines new conditions for price adjustments based on the Producer Price Index. Offerors must acknowledge this amendment as specified, and all other terms and conditions of the original solicitation remain unchanged.
    This document is Amendment 0002 to solicitation 47QSSC-25-R-3040, issued by GSA, FAS, Facilities and Hardware SCM Contracting Division. Its primary purpose is to revise and update various terms and conditions of the original solicitation. Key changes include extending the proposal closing date to August 22, 2025, at 5:00 p.m. CT, and requiring all offerors to acknowledge receipt of this amendment. The amendment introduces specific revisions to the Contractor Response Document Spreadsheet, clarifies allowable lift gate shipping terms and volume discounts, and updates the total estimated contract dollar value, minimum and maximum limits for orders. It also details revisions to Item Purchase Descriptions (IPDs) for nine specific NSNs, modifies terms for Class 6 Containers, and updates clauses regarding contractor responsibility for risk of loss, frustrated freight, invoicing, product images, and economic price adjustments. Several clauses and attachments have been deleted or replaced entirely, and a new attachment concerning unauthorized sales of GSA Security Equipment has been added. All revisions are indicated in red, italic font, with obsolete language struck through.
    Amendment 0003 to solicitation 47QSCC-25-R-3040 introduces several key revisions without extending the proposal receipt date of August 22, 2025. This amendment clarifies volume discount language on page 6, specifying that only one unit price per CLIN should be provided and that tiered pricing is not accepted. It also adds specific instructions for Foreign Military Sales (FMS) applications on page 10, detailing requirements for mechanical and electro-mechanical locks and noting that separate National Stock Numbers (NSNs) will not be established for FMS orders. Furthermore, the amendment includes marketing materials language on page 10 to clarify information OEMs can use to identify their brand-name products while restricting sensitive information like lock construction details. Finally, it corrects and clarifies language on page 12 regarding the Government's acceptance of deliveries and adds a note defining the government authorized representative. All offerors must acknowledge receipt of this amendment.
    Amendment 0004 to Solicitation 47QSSC-25-R-3040 extends the closing date for offers to August 29, 2025, at 5 PM CST. This document, a Standard Form 30, outlines the process for acknowledging amendments to solicitations and modifications to contracts. Offerors must acknowledge receipt of amendments by completing specific items on the form, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge receipt by the specified time may lead to the rejection of offers. The amendment also allows for changes to already submitted offers via letter or electronic communication, provided they reference the solicitation and amendment numbers and are received before the opening hour. Contractors are required to sign and return copies of the document. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged.
    The document outlines an amendment to solicitation number 47QSSC-25-R-3040 by the GSA for establishing contracts related to security containers. It includes critical changes such as an extension of submission deadlines—technical questions due July 29, 2025, and proposals by August 18, 2025—and modifies the base period of contract performance to one year, with four optional one-year extensions. Notable revisions under Deliverables include the introduction of a Monthly Backorder Status Report, replacing previous reporting requirements. Additionally, updates were made to the Economic Price Adjustment clause and clarifications regarding the submission of product images post-award. The amendment details the process for acknowledging receipt, stipulating that offers must reference the amendment correctly to avoid rejection. All other terms of the original solicitation remain unchanged unless specified. Overall, this amendment aims to refine the requirements and procedures associated with the procurement process to enhance clarity and compliance among contractors.
    This document outlines amendments to solicitation number 47QSCC-25-R-3040, addressing important changes and updates. The key amendments include an extension of the proposal submission deadline to August 22, 2025, various revisions to the Contractor Response Document Spreadsheet, clarifications on allowable shipping terms, and updates on the contract's minimum and maximum obligations. Essential guidelines for product submissions, including image requirements, were also expanded to enhance the evaluation process. Changes include the removal of specific clauses, technical specifications revisions for certain items, and new attachments related to unauthorized sales of GSA security equipment. These modifications aim to streamline the procurement process, ensure clear communication regarding responsibilities and expectations, and maintain compliance with federal standards. The amendments emphasize the necessity for all offerors to acknowledge these changes to maintain the integrity of the proposal submission process while upholding government procurement protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    400-Gallon Water Tanker Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for the procurement of twenty (20) 400-gallon water tanker trailers on behalf of the Department of Navy. These trailers must meet stringent Military and Society of American Engineer standards, featuring a 304L stainless steel tank, robust suspension, and capabilities for air transport, ensuring they are suitable for both tactical and commercial use. Interested vendors must submit their quotes electronically by December 12, 2025, and direct any questions by December 9, 2025, to the primary contact, John E. (Ed) Hodges, at john.hodges@gsa.gov. This opportunity is set aside for small businesses, and all submissions must comply with the requirements outlined in the attached documents.
    Multiple Award Schedule
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for a Multiple Award Schedule under the Federal Acquisition Service, specifically managed by the GSA/FAS Furniture Systems Management Division. This procurement is a combined synopsis/solicitation for commercial items, aimed at acquiring a range of professional, scientific, and technical services as classified under NAICS code 541990. The services procured through this opportunity are vital for supporting various federal operations and ensuring efficient service delivery. Interested vendors can reach out to the National Customer Service Center at NCSCcustomer.service@gsa.gov or call 800-488-3111 for further information, as proposals are currently being requested with no written solicitation to be issued.
    81--SHIPPING AND STORAG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the manufacturing and supply of specialized shipping and storage containers. The procurement requires the containers to be constructed from steel and to meet specific engineering and quality standards, including unique identification marking and compliance with various military specifications. These containers are critical for the secure transport and storage of military equipment, ensuring their integrity during transit. Interested vendors should contact Gia Pantaleo at 215-737-2249 or via email at GIA.PANTALEO@DLA.MIL for further details, with proposals expected to adhere to the outlined delivery timelines and quality assurance requirements.
    59--SHIELDING GASKET,EL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of shielding gaskets under solicitation number NSN 5999999685252. The requirement includes a quantity of five units, with delivery expected within 130 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These gaskets are critical components used in electrical and electronic equipment, ensuring proper sealing and protection. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    53--GASKET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of gaskets under solicitation number NSN 5330012497048. The requirement includes a quantity of 93 units, with delivery expected within 97 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These gaskets are critical components used in various military applications, and the contract is expected to generate approximately four orders per year, with a guaranteed minimum of 13 units. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    GSA Leasing Support Services Max (GLS Max)
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    Advance Notices - Site G -Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment
    Buyer not available
    The General Services Administration (GSA) is planning to procure Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment at Site G, with a Request for Proposal (RFP) expected to be released in February 2026. This procurement will involve services related to the storage, management, maintenance, and logistics of medical products within the U.S. The GSA will host a Virtual Industry Day on December 16, 2025, followed by Virtual Due Diligence sessions on December 17 and 18, 2025, to provide interested Industry Partners (IPs) with insights into the requirements and to facilitate technical inquiries. Interested parties must submit a signed Non-Disclosure Agreement (NDA) by December 12, 2025, to receive draft RFP documents and participate in the sessions. For further information, contact Natalia Belinsky at natalia.belinsky@gsa.gov or Elizabeth Steiner at elizabeth.steiner@gsa.gov.
    53--GASKET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of gaskets under solicitation number NSN 5330010095137. The requirement includes a total quantity of 97 units, with delivery expected within 102 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. Gaskets are critical components used in various military applications to ensure proper sealing and functionality of equipment, and the contract is set aside for small businesses under the SBA guidelines. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    CONTAINER,SHIPPING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of specialized shipping containers, specifically aluminum containers, under the NAICS code 332439. The procurement emphasizes the need for engineering source approval to ensure quality, with a focus on compliance with specific manufacturing and testing standards, including First Article Testing (FAT) requirements. These containers are critical for military logistics and must meet stringent quality assurance measures, including dimensional and leak tests, with a delivery timeline of 365 days after contract award for the first unit. Interested vendors should contact Gia Pantaleo at 215-737-2249 or via email at GIA.PANTALEO@DLA.MIL for further details and to inquire about the Source Approval Request procedures.
    Centralized Waste Processing System
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.