Contract Specialist
ID: 15A00021R00000009Type: Combined Synopsis/Solicitation
Overview

Buyer

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

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    Contract Specialist is being procured by the Department of Justice, specifically the ATF Acquisition and Property Management Division. This procurement falls under the category of Support-Professional: Other. The notice type is a Combined Synopsis/Solicitation, with a set-aside code of Total Small Business Set-Aside (FAR 19.5). The primary contact for this procurement is Brian Wilkins, who can be reached at Brian.Wilkins@atf.gov or 2026489120.

    The service being procured is a Contract Specialist, which will be awarded through multiple Blanket Purchase Agreements (BPA). The BPA will cover a five-year period and will be available for placing BPA Calls for services at different ATF locations throughout the country. The services will include Explosives Specialist (Law Enforcement/Industry Operations Instructor), Fire and Arson Specialist (Law Enforcement Instructor/Program Technical Specialist), Exercise Support Specialist (Raven’s Challenge), and Technical Operations Specialist (Raven’s Challenge).

    The locations where the services will be required include the ATF National Center for Explosives Training and Research (NCETR) in Huntsville, AL, the ATF National Academy in Glynco, GA, and the ATF Fire Academy at Emmitsburg, MD.

    Prospective vendors must be actively registered with the System for Awards Management (SAM) website. The applicable contract terms and conditions are FAR 52.212-4, Contract Terms and Conditions – Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.

    It is important to note that a BPA is not a contract but a streamlined method for acquiring services on an as-needed basis from qualified sources. There is no minimum or maximum guaranteed quantity. All BPA Calls must be acknowledged by the selected vendor/instructor in order to be retained on the ATF BPA calling list.

    Point(s) of Contact
    Brian Wilkins
    (202) 648-9120
    (202) 648-9654
    Brian.Wilkins@atf.gov
    Lifecycle
    Title
    Type
    Contract Specialist
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Naval Surface Warfare Center Indian Head Division, is seeking support in the form of a Blanket Purchase Agreement (BPA) for professional services related to patents and trademarks. The BPA calls will not exceed the Simplified Acquisition Threshold and interested companies will compete at the call level. The government is looking for companies that can provide standard commercial supplies and services at competitive prices. Interested vendors must submit a cover sheet with their official company name, cage code, and point of contact information. They must also provide documentation addressing their capabilities and expertise, as well as a complete and return a price list if applicable. The BPA awards will be based on positive past performance, and interested vendors should provide a minimum of three past performance references. The evaluation of past performance will consider factors such as customer satisfaction, timeliness, technical success, program management, and quality. Vendors must have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). This is a small business set-aside opportunity, and vendors with technical and past performance merit may be issued a Master BPA for future requirements. Price lists and catalog prices can be provided to facilitate direct awards under the $10k threshold. The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than December 31 for a February award, and no later than June 30 for an August award. The government reserves the right to consider past performance information from other sources. The primary point of contact for this procurement is Barbara Grinder, and the secondary point of contact is Brandi Sorzano.
    BPA - Fire fighting Equipment PSC 4210
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside for the procurement of Fire Fighting Equipment. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in the field of fire fighting equipment. Interested companies must provide documentation addressing their capabilities and expertise, as well as a complete and return a price list if applicable. BPA's will be awarded based on positive Past Performance, with a minimum of three Past Performance References required. The government reserves the right to use additional references if available. Interested vendors should have an active account in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM). This is a small business set-aside and vendors with technical and past performance merit will be issued a Master BPA for future requirements. Price lists and catalog prices can be provided to facilitate direct awards under the $10k threshold. The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references by email to Barbara.j.grinder.civ@us.navy.mil by the specified deadlines. The government reserves the right to consider past performance information from other sources. The primary and secondary points of contact for this procurement are Barbara Grinder and Brandi Sorzano respectively.
    Notice of Intent - ABM Federal
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole-source contract with ABM Federal Sales, Inc. for the provision of toner and associated supplies. This procurement is necessary to ensure the continuous availability of these essential supplies due to unanticipated delays in the competitive acquisition process, with a bridge Blanket Purchase Agreement (BPA) structured for a six-month base period and two optional three-month extensions. The goods are critical for the FBI's just-in-time replenishment program, and the estimated value of the contract is yet to be determined. Interested parties are encouraged to contact Keri Matthews via email at KCMatthews@fbi.gov by 1:00 PM CST on September 20, 2024, to express their interest and capabilities.
    Supply Blanket Purchase Aggreement
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies under NAICS Code 33399: All Other Miscellaneous General Purpose Machinery Manufacturing. The Contractor shall supply general hardware and lumber items for the Department of Public works on Fort Drum NY. The Contractor must be located within a 30 mile radius of Fort Drum. The Contractor must be able to accept the Government Purchase Card (GPC). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA.
    Variable Height Antenna System-Unmanned Aircraft System (T-UAS)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking quotes for the procurement of five Variable Height Antenna Systems utilizing Tethered Unmanned Aircraft Systems (T-UAS). The objective of this procurement is to enhance tactical mesh radio coverage in areas lacking cellular service, thereby improving video transmission capabilities for law enforcement operations. These systems must be capable of operating in austere environments, elevating tactical radios between 200-300 feet above ground, and must comply with various federal regulations and ATF security requirements. Interested vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM) at the time of submission. For further inquiries, vendors can contact Christian Shepherd or David Berger via email.
    Maxwell AFB - AFJROTC Uniform Items BPA
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking proposals for the establishment of multiple Blanket Purchase Agreements (BPAs) to supply uniform items for the Air Force Junior Reserve Officer Training Corps (AFJROTC). The procurement aims to consolidate the supply of over 89 mandatory uniform items for approximately 125,000 cadets across 870+ locations, ensuring timely delivery of essential educational materials and uniforms. This initiative is crucial for maintaining uniformity and recognition within the AFJROTC program, which plays a significant role in character development and community service among cadets. Interested small businesses must submit their proposals by September 23, 2024, with a maximum spend of $250,000 for contracting officers and $25,000 for representatives per call, and the ordering period will extend from September 30, 2024, to September 29, 2029. For further inquiries, contact Nathan A. Kercher at nathan.kercher.1@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil.
    W519TC24ATACS/SBS
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is seeking sources for the development, delivery, integration, training, and maintenance of Automated Tactical Ammunition Classification Systems (ATACS) and Spent Brass Sorter (SBS) units. The procurement involves the manufacture of up to 40 new ATACS and the recapitalization of up to 10 existing units, along with comprehensive support services for their operation at various locations, both within the continental United States (CONUS) and outside (OCONUS). These systems are critical for the efficient sorting and inspection of small arms ammunition, ensuring compliance with safety and operational standards. Interested parties must submit their capabilities and relevant information by 3:00 PM Central Time on October 7, 2024, to the primary contacts, Elizabeth Epperly and Bridget Kramer, via the provided email addresses.
    Intermountain Stewardship BPA
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, Forest Service, for the Intermountain Stewardship Blanket Purchase Agreement (BPA). The BPA will be used to issue future calls for hazardous fuels and restoration projects in Idaho, Nevada, Utah, and Western Wyoming. The scope of work includes cutting and removal of sawtimber, non-sawtimber, and/or biomass, mastication, hand cutting and piling, and road maintenance. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an email account and be actively registered in SAM.gov to be eligible for award. Contact information for questions and submissions is provided.
    FD2020-22-50070
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE is seeking CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS. The procurement targets explosive cord sets (1377-01-333-9317ES, 1377-01-069-7776ES) typically used for explosive operations.
    FD2020-21-50089-01
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE is seeking CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS. The service/item being procured is typically used for initiating propellants. The notice includes specific NSN and NOUN numbers along with corresponding part numbers.