Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2025 SAM #8635
SOLICITATION NOTICE

71 -- GSA Approved Security Container Program

Notice Date
7/16/2025 12:42:13 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
GSA/FAS/GSS/QSCB, SUPPLY CHAIN MANAGEMENT CONTRACTING DIVISION Washington DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
47QSSC-25-R-3040
 
Response Due
8/18/2025 3:00:00 PM
 
Archive Date
09/02/2025
 
Point of Contact
Amanda B. Foley, Phone: 816-823-1929, Theresa E. Cox, Phone: 469-792-0635
 
E-Mail Address
Amanda.Foley@gsa.gov, Theresa.Cox@gsa.gov
(Amanda.Foley@gsa.gov, Theresa.Cox@gsa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Standard Form (SF) 30 amendment 0001 and attachment has been issued 7/16/2025, as well as a revised Request for Proposal (RFP) document. All revisions in both new documents will be shown in red, italic font with the obsolete solicitation language in the revised RFP being strikethrough. All other provisions, clauses, and terms and conditions contained within the solicitation remain unchanged unless indicated within the SF30 amendment documents. General Services Administration (GSA) hereby publicizes notice of proposed contract actions using this combined synopsis and solicitation. The contracting activity is the General Services Administration, Facilities and Hardware Supply Chain Management Contracting Division, located at 2300 Main Street, Kansas City, MO 64108. This combined synopsis/solicitation for commercial products is prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued other than the one attached to this publication notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, effective 6/11/2025. The content of this synopsis addresses the data elements required in FAR 5.207(a), as applicable. A list of the required National Stock Numbers (NSNs), units of measures, as well as descriptions that meet the requirements in FAR 5.207(c), as applicable, are included in the attached solicitation document titled, �Contractor Response Document Spreadsheet.� The Item Purchase Descriptions (IPDs) and Qualified Products List (QPLs) for each Contract Line Item Number (CLIN) can also be found attached. GSA is issuing Solicitation No. 47QSSC-25-R-3040 as a Request for Proposals (RFP) for Federal Supply Class (FSC) 7110, North American Industry Classification System (NAICs) Code 332999, GSA Approved National Security Equipment, including but not limited to, security containers/vaults and vault/armory doors, and all potentially phased in auxiliary parts, and components. GSA will award multiple, single-award Indefinite Delivery, Indefinite Quantity (IDIQ), Fixed Price Contracts with Economic Price Adjustments (EPA). The contract awards have a total aggregated maximum value of $300,000,000. Prices will be requested on an FOB Origin Prepaid basis with acceptance at delivery. The Government has qualified each product in the requirement as meeting the latest effective issue of the QPL specifications and has identified each qualified/approved source by the name, address, part number, and plant location of the manufacturer. GSA will award contracts to approved Original Equipment Manufacturers (OEMs) listed on the QPLs at the individual CLIN/NSN level. There is no requirement for inside delivery services, installation, repair, or maintenance for any CLIN. Contact awards will be made to those OEMs whose product is on the approved QPL; whose proposal is found to be responsive and responsible, and price is determined to be fair and reasonable. See Section M (Evaluation Factors for Award) detailing 52.212-2 � Evaluation of Commercial Products. All brand name NSNs meet the definition of commercial products as defined in FAR 2.101(3)(ii). Awards will be made under the authority of FAR Subpart 6.3, Other Than Full and Open Competition through contact negotiations with approved individual OEMs listed on the QPLs IAW FAR Part 15, Contracting by Negotiation and FAR Subpart 16.5, Indefinite-Delivery Contracts. The approved Justification and Approval for Other Than Full and Open Competition can be found attached. This procurement is not a small business set-aside, in total or in part, or a reserve. The NAICS assigned this procurement is NAICS 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing with a size standard of 750 employees. The period of the contract is anticipated to be for a total of 5 years, with a one-year base, and four one-year options. The estimated award dates are in October 2025, with the anticipated effective date on November 1, 2025. One or more of the items under this acquisition is subject to Free Trade Agreements. All responsible, qualified OEM sources may submit a proposal which shall be considered by the agency. All proposals and technical questions are due in writing to both the CO and CS via email at Amanda.Foley@gsa.gov and Theresa.Cox@gsa.gov. All correspondence must be in writing and contain the solicitation number in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/30a16523fe0e4ac3a5cf90cb3050a874/view)
 
Place of Performance
Address: Kansas City, MO, USA
Country: USA
 
Record
SN07512235-F 20250718/250716230051 (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.