Skip to main content

An official website of the United States government

You have 2 new alerts

Programmable Logic Controller (PLC) Upgrade and Replacement.

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 (Original)
  • Original Published Date: Jul 01, 2024 10:08 am EDT
  • Original Date Offers Due: Jul 19, 2024 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7B20 - IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • Place of Performance:
    Beltsville , MD 20705
    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 acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13— Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items.  Estimated value is not to exceed the simplified acquisition threshold.

The solicitation number is 15A00024R00000087 and the solicitation is issued as a request for proposal (RFP).

This RFP document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, effective 04/22/2024.

The associated NAICS code is 334513 / Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables / 750 Employees. This requirement is competitive small business set-aside.

The Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) is a law enforcement agency within the Department of Justice (DOJ).  ATF’s mission is to reduce violent crime and to protect the public.  ATF enforces Federal laws and regulations relating to alcohol, tobacco, firearms, explosives, and arson.  The ATF’s Office of Laboratory Services provides analytical and advisory services on matters of a scientific nature in support of ATF’s mission.  One of ATF’s forensic science laboratories within its Laboratory Services, Fire Research Laboratory (FRL) has a requirement to upgrade one of its existing Programmable Logic Controller (PLC) and I/O cards.

Additional requirements are documented in the Statement of Work (SOW) and attached documents.  Please read all attachments carefully when submitting your response.  Any proposal responses that do not meet the minimum requirements of the SOW will not be considered for award. 

ATF will award to the responsible firm whose quote conforming to the RFP will be the most advantageous/best value using the Lowest-Price-Technically-Acceptable (LPTA) method. ATF may review the past performance/delivery of the seller to help determine its technical capability.

Offerors 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.

OPEN MARKET: Proposals should be submitted via email to brian.palmer@atf.gov.

Questions Due: 07/10/2024 by 09:00 AM EDT.

Proposals Due: 07/19/2024 by 09:00 AM EDT.

Proposals MUST be good for 30 calendar days after the close of the RFP and should be submitted in Good-Faith to be responsive. 

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/.

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