1305--Small Arms Ammunition VA Police Services
ID: 36C25226Q0139Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Small Arms Ammunition Manufacturing (332992)

PSC

AMMUNITION, THROUGH 30MM (1305)

Set Aside

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

    The Department of Veterans Affairs, Network Contracting Office 12, is seeking quotations for small arms ammunition to support the training and recertification of police officers at the Jesse Brown VA Medical Center in Chicago, Illinois. This procurement is specifically set aside for service-disabled veteran-owned small business concerns and includes both training and qualification ammunition, with strict adherence to specified brands and quality standards for the qualification rounds. The ammunition is crucial for ensuring that VA police officers maintain proficiency in firearm use, as mandated by VA policies. Interested contractors must submit their offers by December 30, 2025, at 5:00 PM Eastern Time, and can direct inquiries to Contracting Officer Stacy Massey at Stacy.Massey@va.gov.

    Point(s) of Contact
    Stacy MasseyContracting Officer
    (414) 844-8400
    Stacy.Massey@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 12, is seeking quotations for small arms ammunition to support training and recertification of VA Police Officers at the Jesse Brown VA Medical Center in Chicago, IL. This solicitation, set aside for service-disabled veteran-owned small business concerns, requests both training and qualification ammunition, with specific brands and specifications required for qualification rounds. Offerors must provide detailed pricing, proof of licenses (e.g., FFL, ATF registration), and relevant experience. Responses are due by December 30, 2025, at 5:00 PM Eastern Time and will be evaluated based on shipping terms, past performance, and price. Submissions must adhere to FAR and VAAR provisions, including registration with the System for Award Management (SAM).
    This government file outlines a Small Arm Ammunition Price Schedule Template, likely part of a federal or state/local Request for Proposal (RFP) for ammunition supply. The template details specific ammunition types, including 9mm, .223/5.56mm, Remington Golden Saber/Speer LE Gold Dot/Federal HST 124 gr. JHP, and Speer Gold Dot SP/Federal Tactical Bonded 62 gr. It includes fields for unit, estimated annual quantity, base year total, and base year unit price for each line item. A crucial component of the template is a section for contractors to identify and itemize any additional service charges that could be incurred as a result of the contract, emphasizing transparency in potential costs beyond the base unit prices. This structure enables a standardized bidding process for ammunition procurement.
    The “BUY AMERICAN CERTIFICATE (OCT 2022)” provision requires offerors to certify the domestic or foreign origin of their end products, specifying those manufactured in the U.S. that do not qualify as domestic. Offerors must indicate if foreign end products (not predominantly iron/steel) exceed 55% domestic content, excluding COTS items. It also mandates listing domestic end products containing critical components. The document defines key terms like “COTS item,” “critical component,” “domestic end product,” “end product,” and “foreign end product” by reference to the “Buy American-Supplies” clause. The government evaluates offers based on Federal Acquisition Regulation part 25. This certificate is crucial for compliance with federal procurement regulations, ensuring that government purchases prioritize domestically produced goods and components.
    The document, "Place of Manufacture (Aug 2018)", outlines definitions and requirements for indicating the place of manufacture for end products in government solicitations. It defines "manufactured end product" by listing specific product and service codes (PSCs) and product/service groups (PSGs) that are excluded, primarily basic raw materials and agricultural/animal products. "Place of manufacture" is defined as where an end product is assembled or processed from raw materials into a finished product for the Government, explicitly stating that reassembly after disassembly does not count as the place of manufacture. For statistical purposes, offerors must indicate whether their offered end products are predominantly manufactured in or outside the United States, based on the total anticipated price of products from each location. This provision ensures transparency and data collection regarding the origin of goods supplied to the government.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation for Second Source Supplier to Produce 5.56mm, 7.62mm, and Caliber .50 Ammunition
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a second source supplier to produce 5.56mm, 7.62mm, and caliber .50 ammunition. This procurement aims to ensure a reliable supply of small arms ammunition, which is critical for military operations and readiness. Interested suppliers are required to submit their comments and questions using the provided Comment/Question and Answer Template by December 12, 2025, at 1500 Central Standard Time. For further inquiries, potential bidders can contact Mark Stevens at mark.d.stevens.civ@army.mil or Alex Sheppard at alex.r.sheppard.civ@army.mil, and access the solicitation documents through the PIEE website.
    R499--Sterile Compounding Compliance QA Program
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance Program, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This program encompasses a range of services, including monthly garbing competency assessments, media fill tests, hazardous drug manipulation competency evaluations, and cleaning and disinfection competency checks, with a contract period extending from January 1, 2026, to December 31, 2030. The importance of this procurement lies in ensuring compliance and safety in sterile compounding practices, which are critical for patient care in healthcare settings. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or by phone at 210-393-9281.
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements for handling Controlled Unclassified Information (CUI). Interested parties must submit their proposals via email to Haley Bruns by December 15, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.
    6505--LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB (VA-26-00008212)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to supply LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB, as part of solicitation number 36C77026Q0005. This procurement involves delivering a total of 1,460 boxes of the pharmaceutical product to the VA CMOP facility in Hines, Illinois, with a base period and four option years, each requiring delivery by January 5th of the respective year. The goods are critical for patient care within the VA healthcare system, emphasizing the importance of timely and compliant delivery. Interested vendors must submit their proposals, including a signed SF 1449, pricing schedule, and other required documentation, by December 16, 2025, at 3 PM Central Time, and can direct inquiries to Contract Specialist Jennifer Coleman at Jennifer.Coleman4@va.gov.
    10--BOX HOLDER,AMMUNITI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 90 units of the BOX HOLDER, AMMUNITI (NSN 1005015321725). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), with an estimated 12 orders anticipated per year. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    V127--FY26 - VISN 2 ARMORED CAR Services B+4 Options
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for armored car services to support various VA Medical Centers (VAMCs) in upstate New York. The contractor will be responsible for providing armed personnel, armored vehicles, and all necessary services for the secure pick-up and delivery of cash and monetary documents, ensuring compliance with federal, state, and local laws. This contract includes a one-year base period starting January 6, 2026, with four additional one-year options, and has an estimated value of $43 million under NAICS code 561613. Interested parties must submit their proposals by December 18, 2025, and direct any questions to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov by December 11, 2025.
    36C25626Q0007 Gulf Coast Medical Physicist and Radiation Safety Officer Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals for Medical Physicist and Radiation Safety Officer Services under Solicitation Number 36C25626Q0007, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing comprehensive management, supervision, and execution of services related to annual compliance testing of diagnostic radiological equipment across various VA facilities in Mississippi, Florida, and Alabama, ensuring adherence to regulatory standards. This contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, has a base period from February 1, 2026, to January 31, 2027, with four additional one-year options, and a total ceiling of $2,000,000. Interested parties must submit their quotes via email to Tiffany Lee-Franklin by December 16, 2025, at 4:00 PM CST, and all technical questions must be submitted by December 8, 2025.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.