Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

U -- Tactical Rescue and Medical Training

Notice Date
4/22/2021 11:39:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
DJA-21-ASOD-PR-0326
 
Response Due
4/27/2021 1:00:00 PM
 
Archive Date
05/12/2021
 
Point of Contact
Stacy Parran, Phone: 2026487487, Fax: 2026489654
 
E-Mail Address
stacy.parran@atf.gov
(stacy.parran@atf.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Per the attached Statement of Work (SOW), The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires Tactical Rescue and Medical Training using Perfused Cadavers. ATF will award to the responsible contractor whose quote is the lowest-price, technically acceptable (LPTA), meeting the stated criteria, and is the most advantageous/best value to the Government based on price and technical factors. While this requirement is not set-aside for Small Businesses, consideration will be given to such IF there are at least two (2) that submit a reasonable quote that's technically acceptable. QUOTATION INSTRUCTIONS: The contractor shall submit any questions in response to this RFQ by 11:00AM EST on Friday, April 23, 2021. Questions received after the stated time will not be addressed. All questions regarding this RFQ must be submitted in writing and sent via email to Stacy Parran, at Stacy.parran@atf.gov, and must reference the DJA-21-ASOD-PR-0326. �Telephonic requests or inquiries will not be accepted. All quotes should be submitted via email to stacy.parran@atf.gov. All quotes must be received by 4:00PM EST on Tuesday, April 27, 2021 and must reference DJA-21-ASOD-PR-0326. Quotes received after the stated time will not be accepted. All quotes shall include the following contractor administrative data: (1) Commercial and Government Entity (CAGE) Code and; (2) Data Universal Numbering Systems (DUNS). TERMS AND CONDITIONS: The Seller must demonstrate the ability of delivering the entire order within the timeframes specified within this RFQ and on the award. Items (if applicable) - must be NEW and covered by the manufacturer's warranty. Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award. The Awardee must comply with the following FAR-commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 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, paragraph (a); the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-5, & 52.225-13; and the following clauses in paragraph (c): 52.222-41, 52.222-42, 52.222-55, & 52.222-62. The selected vendor must also comply with FAR 52.203-7, 52.203-18, 52.204-13, 52.204-19, 52.204-24, 52.204-25, 52.204-26, 52.209-11, 52.212-4, 52.217-6, 52.217-8, 52.217-9, 52.229-3, 52.232-39, 52.232-40, & 52.246-4.The full text of these clauses may be viewed via https://www.acquisition.gov/far/. The offeror must have a current profile in the Online Representations and Certifications (http://orca.bpn.gov) prior to award. The above referenced FAR clauses and provisions may be accessed via the World Wide Web at www.arnet.gov/far. Similarly, the vendor must also comply with the Justice Acquisition Regulation (JAR) clause #2833.103, which can be viewed via http://farsite.hill.af.mil/reghtml/regs/other/jar/2833.htm. The Awardee shall also conform to the attached provision and clauses of ATF: ATF-14, ATF-17, ATF-19, ATF-22, ATF-25, ATF-41, ATF-43, ATF-44, ATF 50, ATF 51, and ATF 52. There are no additional contract requirement(s) or terms and condition (such as contact financing arrangements or warranty requirements) determined by the CO to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities & Allocations System (DPAS) is not applicable. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699, pursuant to FAR 52.204-7. Offeror Representations and Certifications �Prospective vendors must be actively registered with the System for Awards Management (SAM) website at http://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a1d6a3c3f9d4df0a7c281970c22f112/view)
 
Place of Performance
Address: Washington, DC 20226, USA
Zip Code: 20226
Country: USA
 
Record
SN05980363-F 20210424/210422230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.