SOLICITATION NOTICE
13 -- Small Arms Ammunition VA Police Services
- Notice Date
- 12/10/2025 6:57:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25226Q0139
- Response Due
- 12/30/2025 2:00:00 PM
- Archive Date
- 01/04/2026
- Point of Contact
- Stacy Massey, Contracting Officer, Phone: 4148448400
- E-Mail Address
-
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- 36C25226Q0139 Effective Date: 03/15/2023 Revision: 01 This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued. Solicitation number 36C25226Q0139 is issued as a request for quotation (RFQ) for small arms ammunition. This acquisition is set aside for service-disabled veteran owned small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The associated North American Industrial Classification System (NAICS) code for this procurement is 332992, Ammunition, small arms (i.e., 30 mm. or less, 1.18 inch or less), manufacturing. Small Business Administration (SBA) small business size standard of 1,300 employees. The FSC/PSC is 1305, Ammunition, Through 30mm. Description/Requirement The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), Jesse Brown VA Medical Center, Police Services located at 820 S. Damen Avenue, Chicago, IL 60612-4223 has a requirement for the procurement of small arms ammunition. The ammunition will be used to support training and recertification of Department of Veteran Affairs, Jesse Brown VA Medical Center Police Officers in the use of firearms. The procurement of small arms ammunition will be conducted in accordance with the policies and procedures outlined in VA Directive 0720, Program to Arm Department of Veterans Affairs Police and VA Handbook 0720, Procedures to Arm Department of Veterans Affairs Police, dated January 2000. All VA police officers receive initial firearm training at the VA Law Enforcement Training Center. Bi-annual training and recertification are accomplished at the local level by qualified VA staff. Training and recertification in the use of firearms is conducted in accordance with the policies and procedures outlined in VA Directive 0720, Program to Arm Department of Veterans Affairs Police and VA Handbook 0720, Procedures to Arm Department of Veterans Affairs Police, dated January 2000. Per VA Directive 0720 and VA Handbook 0720, only firearms and ammunition that meet specifications established by the Office of Security and Law Enforcement (OS&LE) will be used. This permits consistency in training and tactics throughout the Department. The potential contractor must be able to supply all the items listed on the Schedule of Supplies. Interested contractors are invited to provide quotations for the following: Price/Cost Schedule & Item Information Training Ammunition Note: Training ammunition is limited only by firearm compatibility and grain quality. Item Description Quantity Unit of Measure 9mm, 124 grain (gr.) Full Metal Jacket 110,000 EA .223/5.56mm, .55 grain (gr.). 33,000 EA Qualification Ammunition Note: Substitutions are not acceptable. Only the listed brands and specifications will be accepted to ensure consistency in qualification standards across the VA. Item Description Quantity Unit of Measure Remington Arms Golden Saber, 124 grain (gr.) Brass Jacketed Hollow Point; or Speer LE Gold Dot 124 grain (gr.) (Product #53618); or Federal Premium HST 124 grain (gr.) (Product #P9HST1). 22,000 EA Speer Gold Dot SP 62 grain (gr.) .223/5.56 mm; or Federal-Tactical Bonded 62 grain (gr.) .223/5.56 mm. 11,000 EA Complete Attachment 1: Price Cost Schedule Template SPECIAL CONTRACT REQUIREMENTS: Risk Control: The vendor is responsible for the safe transportation and delivery of these materials ensuring compliance with Department of Transportation (DOT) regulations. Contract Administration: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under the final contract when executed. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will impact/change price, quantity, or quality of performance of this contract. In the event the Contractor makes any such change at the direction of any person other than the Contracting Officer, this change shall be considered to have been made without authority, and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. All changes to the contract will be made via an amendment and/or modification to the contract by the Contracting Officer in writing to the Contractor. Invoicing and Payment: Contractor is authorized prompt payment IAW applicable regulation following the successful performance of work, execution of services, and completion of required deliverables. Contractor invoices shall be submitted IAW VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Invoices submitted for payment must be detailed to the extent necessary to reflect the work done and the services performed during the time periods when completed so an accurate assessment can be made by the facility for certification of these invoices for payment. Advance payments are not authorized, and contractors are not authorized payment for planned or anticipated work not performed and/or for work that has not been successfully completed. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identified and provide the appropriate information with its quotation or offer. The full text of FAR and VAAR provisions or clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far https://www.acquisition.gov/vaar The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025) FAR 52.204-7, System for Award Management (NOV 2024)(DEVIATION NOV 2025) FAR 52.219-1, Small Business Program Representations (FEB 2024)(DEVIATION NOV 2025) FAR 52.225-2, Buy American Certificate (OCT 2022) FAR 52.225-18, Place of Manufacture (AUG 2018) FAR 52.252-5, Authorized Deviations in Provisions (NOV 2020) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The Offeror shall have an active Federal Government contracts registration in the System for Award Management (SAM) when submitting an offer or quotation in response to this solicitation and at the time of award. To register in SAM, go to https://www.sam.gov. Allow for processing time when registering in SAM. If the Offeror is not registered in SAM, it should register immediately after receiving this solicitation. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023)(DEVIATION OCT 2025) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) FAR 52.204-13, System for Award Management Maintenance (OCT 2018)(DEVIATION NOV 2025) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (JAN 2025)(DEVIATION NOV 2025) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)(DEVIATION NOV 2025) FAR 52.219-14, Limitations on Subcontracting (OCT 2022) (DEVIATION NOV 2025) FAR 52.219-33, Nonmanufacturer Rule (SEP 2021) (DEVIATION NOV 2025) FAR 52.222-3, Convict Labor (JUN 2003) (DEVIATION NOV 2025) FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2025) (DEVIATION NOV 2025) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) (DEVIATION NOV 2025) FAR 52.223-23, Sustainable Products (MAY 2024) (DEVIATION NOV 2025) FAR 52.225-1, Buy American-Supplies (OCT 2022) (DEVIATION NOV 2025) FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act. (ALT II JAN 2025) (DEVIATION NOV 2025) FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) FAR 52.233-3, Protest After Award (AUG 1996) (DEVIATION NOV 2025) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (DEVIATION NOV 2025) FAR 52.240-91, Security Prohibitions and Exclusions (DEVIATION NOV 2025) FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services (JAN 2025)(DEVIATION OCT 2025) FAR 52.252-6, Authorized Deviations in Clauses (NOV 2020) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-72, Marking Deliverables (OCT 2018) VAAR 852.247-74, Advance Notice of Shipment (OCT 2018) (End of clause) Invoicing The Contractor will submit each invoice online, including all back-up data, to VA s Electronic Invoice Presentment and Payment System. The Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. Additional information can be found at http://www.fsc.va.gov/einvoice.asp. Protests Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Offers/Quotes When preparing offers/quotes in response to this solicitation offerors shall refer to FAR 52.212-1 (Instructions to Offerors-Commercial Products and Commercial Services), and FAR 52.212-2 (Evaluation-Commercial Products and Commercial Services). These sections contain specific instructions, guidance, format, and exact requirements for what constitutes a complete and responsive offer/quote. As specified in these sections an incomplete and/or non-responsive offer/quote shall not be considered for a contract award by the contracting officer. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (DEVIATION OCT 2025) (a) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include (NOTE: The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.) The� solicitation number; The name, address, and telephone number of the� Offeror; The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator; Delivery led time Product specification and brand names Completed Attachment 1: Price Cost Schedule Template and any discount terms; Completed Attachment 2: Buy American Certificate Completed Attachment 3: Place of Manufacture Proof of required licenses (e.g. Federal Firearms License (FFL), ATF registration) Relevant experience with similar contracts ""Remit to"" address, if different than mailing address; Small Business Administration (SBA) SDVOSB active certification Authorized distributor/reseller letter signed by the manufacturer, if applicable; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments. (b)� Period for acceptance of� Quotes. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (c) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. (2) Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (3) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4) Offerors may withdraw their offers by written notice to the Government received at any time before award. (d) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror s initial offer should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. (e) Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: (1) The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer. (2) The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award. (5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. (End of provision) Evaluation The award will be based upon a comparative evaluation of quotes in accordance with the evaluation process of FAR 12.201-1. Comparative evaluation is the side by side pairwise comparison of quotes based on price and other factors resulting in a Contracting Officer s decision for the quote that is most favorable to the Government. The award will be made to the contractor whose response is most advantageous to the Government. Responses should contain your best terms and conditions. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum. The government is not required to select a response that exceeds the minimum. Responses may exceed requirements. Each response must at a minimum meet the solicitation requirement. The following provision is incorporated into 52.212-2 as an addendum to this solicitation: 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021) (DEVIATION OCT 2025) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: The following factors will be used to evaluate quotations: Shipping Terms and Conditions Preference will be given to vendors offering FOB Destination, timely delivery, and compliance with all applicable packaging and hazardous materials regulations. Past performance: The Government will consider relevant past performance information, including successful delivery of similar ammunition products to federal agencies, particularly the Department of Veterans Affairs. This may include data from FPDS, CPARS, or other verifiable sources. Price: Price will be evaluated for fairness and reasonableness in accordance with FAR 12.204(a). Offerors must submit a complete price schedule for all items and delivery options. (b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s). (c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Submission of your response shall be received not later than 5:00pm on December 30, 2025. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c136507350bb4e2197b0cfe9bf873e29/view)
- Place of Performance
- Address: Department of Veterans Affairs Jesse Brown VA Medical Center Police Services 820 S. Damen Avenue, Chicago, IL 60612-4223, USA
- Zip Code: 60612-4223
- Country: USA
- Zip Code: 60612-4223
- Record
- SN07662110-F 20251212/251210230038 (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 |