Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2025 SAM #8454
SOLICITATION NOTICE

65 -- USMS Narcan/Naloxone Kit

Notice Date
1/17/2025 9:35:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
OFFICE OF PROCUREMENT, OPERATIONAL SUPPORT SECTION � A47 LANDOVER MD 20785 USA
 
ZIP Code
20785
 
Solicitation Number
15M10424QA4700009
 
Response Due
2/14/2025 10:00:00 AM
 
Archive Date
03/01/2025
 
Point of Contact
Kim Ramsay, Phone: 7712011680
 
E-Mail Address
kim.ramsay2@usdoj.gov
(kim.ramsay2@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001 The purpose of Amendment 0001 is as follows: 1. Post Q/A that have been submitted to 1/17/25, document attached/named Questions and responses Amendment 0001 2. Important clarifications to the SOW. PLEASE REVIEW THE UPDATED SOW, document attached/named Statemenrt of Work Narcan Amendment 0001 The United States Marshals Service (USMS), Tactical Operations Division (TOD), Office of Emergency Management (OEM), Operational Medical Support Unit (OMSU) has a requirement to provide USMS Districts and Divisions a procurement vehicle to purchase opioid reversal medications and equipment as part of the USMS Opioid Reversal Program. USMS intends to award a Firm-Fixed-Price (FFP) BPA in accordance with FAR Part 13 as a Small Business Set-Aside that will allow both USMS Districts and Divisions to place orders to procure for operational employees on an as needed basis. The BPA shall include a FFP for each of the unique options available to USMS Districts and Divisions. Orders under this BPA will be issued as call orders as well as Government purchase card orders on an as needed basis. The anticipated period of performance includes one (1) base period and four (4) one year option periods. The Government is under no obligation to contract for any supplies or services as a result of this solicitation. The Government will not compensate any respondent for any costs associated with developing a quote in response to this solicitation. Place of Performance/shipping: Orders will be placed by and shipped to all requesting USMS offices which includes addresses CONUS and OCONUS. The anticipated period of performance is March 15, 2025 to March 14, 2030 which includes one (1) 12-month base period and four one (1) year option periods. These dates are not guaranteed and can change before award, providing an award is made. Instructions See attached documents, in particular Attachment 2 � Instructions to Offeror for all information necessary to respond to this requirement. NO phone calls will be accepted with questions related to this requirement. Questions and quotes will be accepted via email per the attached instructions only. Questions are due 1:00 PM EST on January 20, 2025 Quotes are due: 1:00 PM EST on February 14, 2025
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4a32f041cad4986bc4322b37f79ccc9/view)
 
Place of Performance
Address: Arlington, VA, USA
Country: USA
 
Record
SN07316909-F 20250119/250117230105 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.