SOLICITATION NOTICE
R -- Firing Tables and Ballistics Division Publications Technician (FTAB)
- Notice Date
- 9/29/2025 1:09:23 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005 USA
- ZIP Code
- 21005
- Solicitation Number
- W91ZLK26RA001
- Response Due
- 10/20/2025 1:00:00 PM
- Archive Date
- 11/04/2025
- Point of Contact
- Ike Wright, Nikeena Brown
- E-Mail Address
-
ike.a.wright2.civ@army.mil, nikeena.s.brown.civ@army.mil
(ike.a.wright2.civ@army.mil, nikeena.s.brown.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Firing Tables and Ballistics Division Publications Technician (FTAB) Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 (27 August 2025). The solicitation number for this requirement is W91ZLK-26-R-A001. This solicitation issued as a Small Business Set Aside under the associated North American Industry Classification System (NAICS) Code 561110, Office Administrative Services. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items Contractor shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached. This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services: Clerical Support for Firing Tables and Ballistics Division (FTAB) Publications Technician for US Army, DEVCOM Armaments Center. One (1) base year and Two (2) option years. This is a non-personal services contract to provide clerical support to the Publications Team of the Firing Tables and Ballistics Division (FTaB). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel necessary to perform clerical support to the Publications Team as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract. Place of performance: Headquarters of the Firing Tables and Ballistics Division located at APG North, a Department of Defense CONUS installation with CAC access. Other work may be located at other locations that are usually on base such as satellite inventory locations and printing facilities or within 10 miles of division headquarters. NO QUESTIONS FOR THE COMBINED SYNOPSIS/SOLICITATION WILL BE ACCEPTED VIA PHONE CALLS. INSTRUCTIONS AND INFORMATION TO OFFERORS: 52.212-1 Instruction to Offerors Commercial Items/Services This clause applies in its entirety and there are currently no addenda to the provision. All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database Prior to award will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.sam.gov. Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Contractor. Proposals shall be submitted in two (2) separate volumes: All proposals shall be submitted via email with the subject line: W91ZLK-26-R-A001 PROPOSAL FROM (INSERT COMPANY NAME) Proposals shall be submitted in two (2) separate volumes labeled: Volume I: Firing Tables and Ballistics Division (FTaB). W91ZLK-26-R-A001 TECHNICAL Proposal Volume II: Firing Tables and Ballistics Division (FTaB). W91ZLK-26-R-A001 PRICE Proposal Formatting Page limitations: Volume I � 10-page limit and Volume II � 1 Page using attached Schedule of Services Cover Page: Company Name, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) code, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable. (Single cover page not included in page limitations) All submissions shall be made in U.S. dollars. Note: Offerors shall complete: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Feb 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020 on www.beta.sam.gov or provide a completed copy of the clauses with the proposal) Volume I - TECHNICAL/MANAGEMENT Proposal not to exceed 10 pages: Clerical Support for Firing Tables and Ballistics Division (FTAB) Publications Technician for US Army, DEVCOM Armaments Center. W91ZLK-26-R-A001 � TECHNICAL Volume I: Detailed Technical Proposal to include the following elements: The offeror�s proposal shall adequately describe and present a clear understanding of the requirements specified and Capability to perform the required services as indicated in the Performance Work Statement (PWS). Clerical Support for Firing Tables and Ballistics Division (FTAB) Publications Technician for US Army, DEVCOM Armaments Center. W91ZLK-26-R-A001 - Price Volume II: Detailed Price Proposal: Offerors shall submit pricing in accordance with Pricing Schedule. The resultant contract will be Firm Fixed Price with one (1) base year and two (2) optional years, each duration of twelve (12) months. The Price Volume shall clearly identify the proposed firm-fixed prices for services/labor, parts and material unit prices with all estimated totals for CLINs. Proposals shall be submitted in the provided CLIN structure, using Attached Pricing Schedule. This requirement shall be awarded based on Lowest Priced Technically Acceptable. The Price Volume shall clearly identify the proposed firm-fixed price unit prices with all estimated totals for CLINs. All evaluated quotes shall be rated Technically Acceptable or Unacceptable. In order to be considered for an award, rating of acceptable must be achieved in each factor and sub factor. Offerors shall clearly articulate the technical approach (including risks and contingencies) for performing the work, an understanding of the requirement, and the capacity to perform the following services. BASIS FOR AWARD: The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an �Acceptable� rating must be achieved for all the non-cost evaluation factors: Technical Approach. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price. The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contract Specialist, Ike Wright via email no later than 1600 or 4:00 P.M. Eastern Time, 06 October 2025, to Ike.a.wright2.civ@army.mil, All questions will be answered via an amendment to the solicitation on www.sam.gov. Responses to this solicitation must be signed, dated, and received no later than 1600 or 4:00 P.M.: Eastern Time, 20 October 2025. Responses must be sent by email directly to the Contracting Officer Nikeena Brown at Nikeena.s.brown.civ@army.mil and Contract Specialist, Ike Wright, at Ike.a.wright2.civ@army.mil. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov List of Attachments: Combined Synopsis/Solicitation PWS Schedule of Services
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/30ae9192a8fd443cb4c40128a733373a/view)
- Place of Performance
- Address: Picatinny Arsenal, NJ 07806, USA
- Zip Code: 07806
- Country: USA
- Zip Code: 07806
- Record
- SN07607328-F 20251001/250929230041 (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 |