Tactical Rescue and Medical Training

expired opportunity(Expired)
From: Federal Government(Federal)
DJA-21-ASOD-PR-0326

Basic Details

started - 23 Apr, 2021 (about 3 years ago)

Start Date

23 Apr, 2021 (about 3 years ago)
due - 27 Apr, 2021 (about 3 years ago)

Due Date

27 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
DJA-21-ASOD-PR-0326

Identifier

DJA-21-ASOD-PR-0326
JUSTICE, DEPARTMENT OF

Customer / Agency

JUSTICE, DEPARTMENT OF (28655)ATF ACQUISITION AND PROPERTY MGMT DIV (605)ATF (605)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 viahttps://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.

Washington ,
 DC  20226  USALocation

Place Of Performance : N/A

Country : IndonesiaState : North SumatraCity : Medan City

You may also like

EMERGENCY MEDICAL RESPONSE TRAINING

Due: 30 Apr, 2024 (in 1 day)Agency: City of Jersey City

RFQ #02-24-16- Trench Rescue Certification Training

Due: 17 May, 2024 (in 18 days)Agency: City of Keene

RFQ #02-24-16 - Trench Rescue Certification Training

Due: 17 May, 2024 (in 19 days)Agency: City of Keene

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 611699All Other Miscellaneous Schools and Instruction
pscCode U008Training/Curriculum Development