This document, titled "Attachment A - Delivery Locations," details shipping instructions for an order totaling 124 units across various divisions of TIGTA-OI (Treasury Inspector General for Tax Administration - Office of Investigations). The file specifies the quantity of items to be shipped to multiple locations within each division, including WFD, MCFD, SEFD, GLFD, MAFD, NEFD, OPS, TFSD, FSD, CCID, and NHQ. Each entry includes the division, total quantity per division, specific ship-to address, and the quantity for that particular address, often with an 'Attn:' contact person. The document serves as a comprehensive guide for the distribution of these items to their respective federal offices.
This government file, identified as 20341126Q00011 Attachment B - Pricing Worksheet, details the requirements for "Vehicle Gun Vaults." The document specifies a CLIN (Contract Line Item Number) 0001 for 124 units of a "Vehicular Gun Vault," with a unit price of $0.00, implying a request for quotation. Key specifications include a Tuffy or equal brand, a tactical lockbox with key and combo lock, dimensions of 36"L x 20"W x 9"H, and a black color. Minimum salient characteristics are outlined, such as carpet lining, integrated cable securing mechanisms, tab-loc welded steel construction, a durable powder coat finish, patented anti-twist push button lock and Pry-Guard II locking system, 10 tumbler double bitted security key, combination push button lock, and gas strut lid supports. The delivery is required 45 Days ARO (After Receipt of Order). The document also includes placeholders for POC (Point of Contact), Phone, and Email.
The Treasury Common Services Center (TCSC), on behalf of The Treasury Inspector General for Tax Administration (TIGTA), is seeking Small Business vendors for Tuffy (Brand Name or Equal) Tactical Lockboxes. This is a 100% Small Business set-aside under NAICS code 337215. The Government plans to award a Firm-Fixed-Priced (FFP) purchase order to the Lowest Priced, Technically Acceptable (LPTA) vendor, accepting only new items. Offers should comply with all solicitation aspects, including the Provisions section and requested documents. The deadline for questions is December 29, 2025, at 10:00 AM (ET), and for quotes is December 31, 2025, at 3:00 PM (ET). Key clauses incorporated by reference include those for contractor publicity, availability of funds, unenforceability of unauthorized obligations, electronic payment submission via IPP, and various FAR clauses. Instructions for offerors cover electronic submission guidelines, pricing format, and required disclosures for brand-name-or-equal products, place of manufacture, UEI, invoice and payment terms, and warranty details. Technical acceptability will be evaluated based on compliance with the solicitation's requirements, with the lowest-priced technically acceptable offeror being selected. The solicitation also includes representations regarding telecommunications equipment, inverted domestic corporations, and small business programs.