Leica Systems, Accessories and Support
ID: DJA-24-AFIA-PR-0600Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
    Description

    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking quotes for the procurement of Leica systems, accessories, and support services through a combined synopsis/solicitation (RFQ #DJA-24-AFIA-PR-0600). The procurement includes items such as the Leica BLK360 G2 Starter Pack, a field controller, a tripod, and a three-year service agreement, with a delivery requirement set for 30 days post-award to the ATF facility in Huntsville, Alabama. This equipment is critical for enhancing the operational capabilities of the ATF's Fire and Arson Investigation Branch, which relies on these systems for efficient scene processing. Interested contractors must submit their quotes via email to Brian Wilkins by 2:00 PM EST on September 10, 2024, and comply with various federal regulations, including registration with the System for Award Management (SAM) and adherence to security guidelines regarding sourcing from entities linked to China.

    Point(s) of Contact
    Brian Wilkins
    (202) 648-9120
    (202) 648-9654
    Brian.Wilkins@atf.gov
    Files
    Title
    Posted
    The Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) is seeking approval for a sole-source procurement under the Simplified Acquisition Threshold for the acquisition of Leica BLK360 G2 Laser Scanners and related accessories. This Justification for Other than Full and Open Competition (JOFOC), referenced as ATF-24-0063, outlines the necessity for the purchase of two laser scanners and their support systems, totaling an estimated cost of $51,833.20, with delivery required within 30 days. This specificity is essential as the Fire and Arson Investigation Branch operates the National Response Team, which relies on these scanners for rapid and accurate scene processing. The document emphasizes the need for brand consistency to ensure safety and operational efficiency, citing prior successful integration and unique qualifications of the Leica product. The contracting officers, Brian Wilkins and Walter Shaw, certify the information's accuracy and necessity, reinforcing the rationale for this distinct procurement approach. Overall, the JOFOC demonstrates the ATF's commitment to maintaining operational effectiveness through specialized equipment.
    The Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) is seeking quotes for the procurement of the Leica BLK360 G2 Starter Pack, accessories, and support services, specifically aimed at enhancing their operational capabilities. The procurement will be a single-award fixed-price purchase order, with a delivery requirement set for 30 days from award. The quote must include costs for various items including laser scanner kits and specialized onsite training, as well as compliance with the ATF's and FAR clauses specified in the solicitation. Contractors must adhere to several security and compliance standards, notably avoiding products made by entities affiliated with China, as per Federal regulations. The document outlines requirements for representations and certifications related to responsible contracting and handling of government information, including strict measures for privacy and cybersecurity. Additionally, it establishes clauses regarding subcontracting limitations, prioritizing engagement with small businesses where applicable. Through these measures, the ATF underscores the importance of security, compliance with federal regulations, and an efficient procurement process to support agency operations effectively.
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) seeks quotes for the purchase of a Leica System, including accessories and support, through a single-award firm fixed-price contract. The procurement encompasses specific items such as the Leica BLK360 G2 Starter Pack and various support services, each specified with quantities and expected unit costs. The delivery of the required equipment is set for 30 days post-award to ATF’s facility in Huntsville, AL. Contractors are required to comply with ATF guidelines and federal regulations as outlined in numerous clauses, promoting transparency and ethical procurement practices. This includes certifications regarding potential subcontracting and relations with entities linked to China, as well as compliance with telecommunications equipment regulations. Offerors must also ensure that they are registered with the System for Award Management (SAM) and adhere to additional compliance and reporting standards associated with handling personally identifiable information (PII) and IT security. Overall, this procurement document exemplifies the structured approach the government employs in the acquisition process, ensuring security, compliance, and quality in the contracting of essential technical equipment and services.
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has issued a Request for Quote (RFQ) DJA-24-AFIA-PR-0600 for the procurement of Leica systems, including a starter pack, a field controller, a tripod, and a three-year service agreement. The procurement will be executed through a single-award firm-fixed-price order, with a delivery requirement within 30 days to the ATF in Huntsville, AL. Contractors must submit completed quote forms along with certifications in line with ATF and Federal Acquisition Regulation (FAR) clauses. Compliance with ATF security guidelines and federal regulations is mandatory throughout the contract's duration. Offerors are required to be registered with the System for Awards Management (SAM) and adhere to various stipulations including representations regarding the acquisition of telecommunications equipment, limitations on subcontracting, and other certifications related to business size and tax compliance. The national interest concerning equipment sourced from entities tied to China also plays a critical role in the procurement, reflecting the ATF’s commitment to security and regulatory adherence. This document reflects the typical structure found in government RFPs, emphasizing not only the specifications for products but also the extensive compliance requirements for vendors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    LEICA ABSOLUTE TRACKER AT960-LR
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals for the acquisition of a LEICA ABSOLUTE TRACKER AT960-LR and associated equipment, which are critical for precise military applications. This procurement is set as a total small business set-aside, emphasizing compliance with federal acquisition regulations and the need for specific commercial items from Hexagon Manufacturing Intelligence Inc. The solicitation, identified as SPMYM124Q0056, is expected to be released on September 10, 2024, with quotes due by 12:00 PM EST on September 24, 2024. Interested vendors should direct inquiries to Ronald Martin at ronald.c.martin@dla.mil and ensure they are registered in the System for Award Management (SAM) database prior to submitting proposals.
    Leica Microscopes and Camera Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Criminal Investigation Laboratory (USACIL), is seeking to procure two Leica FS C Comparison Microscopes and two Leica K3C Microscope Camera Systems through a combined synopsis/solicitation. This procurement aims to fulfill critical needs in forensic analysis, particularly in firearms examinations, ensuring operational efficiency and safety by maintaining uniformity with existing laboratory equipment. The total estimated cost for this sole-source procurement is $295,222.39, with offers due by September 12, 2024, and delivery expected by September 30, 2024, to Fort Gillem, Georgia. Interested vendors can reach out to Tia Askew at tia.j.askew.civ@army.mil or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil for further information.
    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.
    Contract Specialist
    Active
    Justice, Department Of
    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.
    58--drone-mountable Lidar scanning solution
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for a drone-mountable Lidar scanning solution to enhance its capabilities in documenting natural and cultural resources. The required system must be compatible with the Freefly Astro aircraft, capable of capturing high-density data at a range of 200 meters, and achieve a minimum accuracy of 4 cm, with essential features including data processing software and a perpetual software license. This procurement is vital for advancing BLM's geospatial documentation and analysis capabilities, and interested vendors must submit their proposals by September 16, 2024, including all required documentation to Amanda Judd at ajudd@blm.gov.
    ATOS Q 12M SCANNER FOR THE WATERVLIET ARSENAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of an ATOS Q 12M scanner for the Watervliet Arsenal in New York. The contract encompasses the delivery, installation, and training for the scanner, which is essential for high-precision 3D scanning applications in manufacturing and engineering processes. This procurement emphasizes the integration of advanced technology while adhering to stringent environmental regulations, including compliance with hazardous waste management and pollution prevention laws. Interested small businesses must submit their proposals by October 7, 2024, and can direct inquiries to Amanda Robinson at amanda.p.robinson2.civ@army.mil or by phone at 518-266-4931.
    SHOP-PR-24-000018 Ametek PMA
    Active
    Justice, Department Of
    Special Notice: JUSTICE, DEPARTMENT OF, FEDERAL BUREAU OF INVESTIGATION (FBI-JEH) is seeking a service agreement for Ametek Phantom high-speed video camera equipment. The equipment is used for commercial and service industry machinery manufacturing in the field of photographic equipment and accessories. The procurement will be a total small business set-aside and will take place in Redstone Arsenal, AL (zip code: 35898), USA. Vision Research, a part of Ametek Materials Analysis Division, is the sole manufacturer and authorized repair service for the Ametek Phantom camera. Interested parties should contact Adelle Bolton at albolton@fbi.gov by 5:00 PM EST on 12/11/2024. Vendors must be registered in SAM.gov for government contract consideration.
    10--SNIPER RIFLE TRIPOD
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 103 units of the Sniper Rifle Tripod, identified by NSN 1005017027501. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and includes a guaranteed minimum quantity of 15 units. The items are critical for military operations and must adhere to specific source-controlled drawings, with the approved source being 4RY43 RRS-9000059. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    Request For Quote - Deployable Automatic Number Plate Recognition (ANPR) Speed Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center (AFTC), is soliciting quotes for a Deployable Automatic Number Plate Recognition (ANPR) Speed Camera system under solicitation number F1S3AL4233AW01. The procurement is set aside for small businesses, with a focus on acquiring a system that includes a Bosch 7100IR Static Bullet Camera, a 512GB SD card, a deployable tripod, a solar kit, and an enclosure, all designed to capture clear images of speeding vehicles in a portable and solar-powered format. This initiative is crucial for enhancing traffic enforcement capabilities at Edwards Air Force Base in California, with an estimated delivery timeline of 90 days after order receipt. Interested vendors must submit their quotes by September 18, 2024, and can direct inquiries to Jasmine Waterman at jasmine.waterman@us.af.mil or Rebecca Snyder at rebecca.snyder@us.af.mil.
    COMMERCIAL LEAD TRAINING AMMUNITION (CLTA)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking manufacturers to provide Commercial Lead Training Ammunition (CLTA) through a solicitation for multiple firm-fixed-price contracts. The procurement aims to fulfill the ammunition needs for FLETC's training programs, which can vary based on student load, with a minimum guarantee of 1,000 rounds per contract per year and a maximum total value of $40 million over the life of the contracts. This ammunition is critical for law enforcement training, ensuring that personnel are equipped with reliable and effective training resources. Interested bidders must submit their proposals by September 3, 2024, at 1:00 PM Eastern Time, and direct any inquiries to Sheryle Wood at sheryle.wood@fletc.dhs.gov.