Search Contract Opportunities

Emergency Support Section Planning, Logistics, Training and Emergency Response Support Services (ESS)   2

ID: 15A00024Q00000013 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 1, 2024, 1:17 p.m. EST

03/01/2024: See 15A00024Q00000013_A0004 and its attachment.

02/28/2024: See 15A00024Q00000013_A0003 and its attachments. ***A0003 extends the proposal due date.

02/26/2024: Reupload 15A00024Q00000013_A0002 into SAM.gov as previous file was corrupt and did not upload.

02/23/2024: See 15A00024Q00000013_A0002 and its attachments.

02/12/2024: See Amendment_A0001 and its attachments. Also to add Charles Strickland, Contracting Officer, as the secondary point of contact in SAM.gov.

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation number is 15A00024Q00000013 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 624230 with a small business size standard of $41,500,000.
This requirement is a Total Small Business Set-Aside and only qualified sellers may submit bids.

This requirement is for Emergency Support Section Planning, Logistics, Training and Emergency Response Support Services (ESS). Please see Performance Work Statement (PWS) (Att. A_ESF13_Support_Services_PWS) for full description of the requirement and "SF33_15A00024Q00000013" for the list of contract line item number(s) and items, quantities, units of measures.

The Period of Performance (POP) will be for one (1) Base year with four (4) Option years. Actual dates will be determined at award. The place of performance shall be at the National Coordination Center at 145 N Street, N.E., Washington, D.C. 20530 in addition to the Central Deployment Facility in Richmond, VA and various ATF Field Divisions, other government facilities, and activation sites described throughout the PWS. The contractor's personnel may be authorized or required to work from worksites other than the place of performance when it's advantageous to the mission. This shall be approved by the COR, after consultation with the Contract Project Manager, prior to assignment of a worksite or remote location.

The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference/full text respectively: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the additional clauses in paragraph (b) identified in "SF33_15A00024Q00000013". FAR 52.212-1, Instructions to Offerors - Commercial Items and FAR 52.212-2, Evaluation- Commercial Products and Commercial Services, are not applicable to this requirement. Please see SF33_15A00024Q00000013 for additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this requirement.

Vendors SHALL be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7. Additional ATF local and FAR clauses and provisions may be included in the award. ATF local and FAR clauses and provisions currently incorporated included in SF33_15A00024Q00000013 . Additionally, provisions that require fill-ins for this solicitation are included. The vendor shall return these fill-ins with their solicitation response or confirm responses on SAM.gov registration.

All questions regarding this solicitation shall be submitted in writing and sent via email to Steven Jaimes at Steven.Jaimes@atf.gov and shall reference the solicitation, 15A00024Q00000013. All questions shall be received by 1300 EST, February 21, 2024. All proposals shall be submitted via email to Steven.Jaimes@atf.gov by the solicitation response date in Section 9, pg 1, of SF33_15A00024Q00000013 or the amended date (if applicable). Proposals received after the exact time specified are considered late .

PLEASE COMPLETE ALL APPLICABLE FILL-IN CLAUSES

Posted: Feb. 28, 2024, 9:58 a.m. EST
Posted: Feb. 26, 2024, 6:12 a.m. EST
Posted: Feb. 23, 2024, 11:51 a.m. EST
Posted: Feb. 12, 2024, 5:15 p.m. EST
Posted: Feb. 12, 2024, 7:04 a.m. EST
Posted: Feb. 12, 2024, 6:15 a.m. EST
Posted: Feb. 5, 2024, 12:55 p.m. EST
Background
The solicitation is for Emergency Support Section Planning, Logistics, Training, and Emergency Response Support Services (ESS) issued by the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF). The contract is a Total Small Business Set-Aside. The place of performance includes the National Coordination Center in Washington, D.C., the Central Deployment Facility in Richmond, VA, various ATF Field Divisions, other government facilities, and activation sites described throughout the Performance Work Statement (PWS). The selected vendor must comply with specific commercial provisions and clauses.

Work Details
The contractor is required to provide support services related to planning, logistics, training, and emergency responses for the Emergency Support Section as per the Performance Work Statement (PWS). The services include providing personnel, material, equipment, services, and facilities to perform the specified work. The contractor must also provide overtime for ESF #13 and ISB, as well as travel and other direct costs for ESF #13 and ISB. Additionally, the contractor must provide 70XR Mission Assigned Travel/OT and additional situational planning officers. The contract shall be for a period of 12 months from the date of contract award with four one-year option periods.

Period of Performance
The period of performance will be for one Base year with four Option years. Actual dates will be determined at award.

Place of Performance
The place of performance shall be at the National Coordination Center at 145 'N' Street, N.E., Washington, D.C. 20530 in addition to the Central Deployment Facility in Richmond, VA and various ATF Field Divisions, other government facilities, and activation sites described throughout the PWS.

Overview

Response Deadline
March 8, 2024, 1:00 p.m. EST (original: Feb. 29, 2024, 1:00 p.m. EST) Past Due
Posted
Feb. 5, 2024, 12:55 p.m. EST (updated: March 1, 2024, 1:17 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Washington, DC 20530 United States
Source

Current SBA Size Standard
$41.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
100% of obligations for similar contracts within the Bureau of Alcohol Tobacco Firearms and Explosives were awarded full & open.
On 2/5/24 Bureau of Alcohol Tobacco Firearms and Explosives issued Synopsis Solicitation 15A00024Q00000013 for Emergency Support Section Planning, Logistics, Training and Emergency Response Support Services (ESS) due 3/8/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 624230 (SBA Size Standard $41.5 Million) and PSC R499.
Primary Contact
Name
Steven Jaimes   Profile
Phone
None

Secondary Contact

Name
Charles Strickland   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 15A00024Q00000013

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 15A00024Q00000013

Award Notifications

Agency published notification of awards for Synopsis Solicitation 15A00024Q00000013

Contract Awards

Prime contracts awarded through Synopsis Solicitation 15A00024Q00000013

Protests

GAO protests filed for Synopsis Solicitation 15A00024Q00000013

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 15A00024Q00000013

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 15A00024Q00000013

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 15A00024Q00000013

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > ATF ACQUISITION AND PROPERTY MGMT DIV > ATF
FPDS Organization Code
1560-AT001
Source Organization Code
100162348
Last Updated
March 23, 2024
Last Updated By
steven.jaimes@atf.gov
Archive Date
March 23, 2024