Skip to main content

An official website of the United States government

You have 2 new alerts

Consumable Personal Protective Kits

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Feb 28, 2022 03:26 pm EST
  • Original Published Date: Feb 23, 2022 10:44 am EST
  • Updated Date Offers Due: Mar 09, 2022 08:00 am EST
  • Original Date Offers Due: Mar 09, 2022 08:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 09, 2022
  • Original Inactive Date: Mar 09, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 423990 - Other Miscellaneous Durable Goods Merchant Wholesalers
  • Place of Performance:
    Sandston , VA
    USA

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation for which quotations are being requested. Another written solicitation will not be issued.

This Request for Quotation (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, effective January 30, 2022.

This will be a small business set-aside RFQ under NAICS code 423990 with small business size standard of 100 employees.

This requirement is to restock consumable equipment such as Condor Outdoor Products, Chute Mags, Jungle Blankets, Safety Vests, Ponchos, Boonie Hats, Crossbows, Medical Kits, Bandage Compression Dressing, Tactical Lights, Gloves, Earplugs, Whistles, Bath Wipes, Sunscreen, Headlamps, Nuun Sport products, Sleeping Bags, and Purified Water for the Emergency Support Function (ESF) #13 mission. The contractor shall provide fully assembled “kits”. Kits will be inspected upon delivery.  The Government fully intends to reject any delivery (in its entirety) that includes missing or replaced items without prior approval from ESF#13’s technical experts and contracting officer(s).  The contractor shall provide full delivery of all items. No partial delivery or invoices will be accepted. See attached Statement of Work for the full scope of the requirement.

Anticipated line-item number(s) and items, quantities, units of measure and required delivery date include:

CLIN 0001, Consumable Personal Protective Kits, Firm Fixed Price (FFP), 351, Each, 5/1/2022

This requirement is FOB Destination.  

THE PAGE LIMITATION FOR QUOTATION RESPONSES IS 20 PAGES.

Vendors MUST 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.

ATF will award to the responsible firm whose quote conforms to the RFQ and will be the most advantageous to the Government after an evaluation of technical capability, past performance, and price.

Technical capability will be evaluated by reviewing the vendors quote in relation to the requirements in the Statement of Work to confirm an understanding of the requirement to deliver fully assembled kits. All listed items are brand name or equal.  The Government will review any suggested equal or equivalent products.  To be reviewed, it is the contractor’s responsibility to provide product literature, product specifications, and information relating to safety standards in comparison to the specified item.  Safety standards may include, but aren’t limited to OSHA, ANSI, DLA, NAMSA, MIL-PRF, and others as applicable.  Cube, weight, and safety standards all play a critical part in evaluating a product. The Government will only evaluate equal or equivalent items that provide this information. The contractor shall demonstrate their proposed solution. Vendors that do not provide the required technical capability information will be determined non-responsive.

Past performance will be evaluated by the contractor providing a list of no more than five (5) of your most recent and relevant contracts. Only recent and relevant contracts will be evaluated or considered. Recent means contracts performed or completed within three years from the quotation due date. Relevant means similar in scope and complexity to the solicited work. The Government will evaluate recent and relevant performance information on vendors based on the contracts provided by the vendor. The Government may seek, and consider in the evaluation, data independently obtained from other government and commercial sources, including databases such as CPARS. Contracts performed for the Department of Justice or other relevant Law Enforcement Agencies, depending on relevancy, may be considered more significant in the evaluation. The government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. Vendors that do not provide the required past performance information will be considered neutral for this factor.

Price will be evaluated by the firm fixed price provided by the contractor to include all services and shipping to complete the Statement of Work.

The selected vendor 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; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The selected vendor must also comply with FAR 52.203-18, 52.209-11, and 52.211-6. The full text of these clauses may be viewed via https://www.acquisition.gov/far/.

Additional ATF local clauses will be included in the award.

RFQ responses shall be submitted electronically to nicholas.engel@atf.gov by the posted response date.

Questions may be submitted electronically to Nicholas.engel@atf.gov by 5:00 PM Eastern Time, March 2, 2022.

Contact Information

Contracting Office Address

  • ATF ACQUISITIONS OFFICE 99 NEW YORK AVE
  • WASHINGTON , DC 20226
  • USA

Primary Point of Contact

Secondary Point of Contact





History