Loading...
DJA-26-ASOD-PR-0271
Response Deadline
May 21, 2026, 3:59 PM(EDT)6 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
THE BUREAU OF ALCOHOL, TOBACCO, FIREARMS AND EXPLOSIVES (ATF) REQUEST FOR QUOTE
COMBINED SYNOPSIS/SOLICITATION DJA-26-ASOD-PR-0271
BASED ON REVOLUTIONARY FAR OVERHAUL (RFO) DEVIATION
Posted Date: 5/6/2026
Original Response Date: 5/13/2026
Current Response Date: 5/21/2026
Product or Service Code: DH10
Set Aside: Total Small Business Set-Aside
NAICS Code: 541519
Address
ATF The National Coordination Center
99 New York Avenue, NE, Suite 2N-584
Washington, D.C., 20226
DESCRIPTION
Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is a law enforcement organization. ATF’s unique responsibilities consist of reducing violent crime, collecting revenue, and protecting the public. ATF enforces Federal laws and regulations relating to alcohol, tobacco, firearms, explosives and arson by working directly and in cooperation with other government agencies.
This is a combined synopsis/solicitation for commercial <insert “products” OR “services”> prepared in accordance with FAR 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued.
Solicitation number DJA-26-ASOD-PR-0271 is issued as a <insert either “request for quotation (RFQ)” OR “request for proposal (RFP)” OR “invitation for bid (IFB)”> for <insert a brief description of the requirement>. <If applicable, include a statement that simplified procedures are being used and provide the anticipated award date.>
This acquisition is set aside for 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.
If applicable, insert a statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating.
The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with a small business size standard of $34mil. The product or service code is DH10. The government will award an and type of contract, such as firm-fixed price (FFP); resulting from this combined synopsis/solicitation to the responsible offeror whose offer, conforming to the synopsis/solicitation, will be most advantageous to the government (as determined by the solicitation evaluation criteria).
All interested companies must provide quotation for the following: Attachment A – Pricing Table: Vendor will fill out Pricing Table and return with vendor. Vendors shall quote based on the attached PWS and Quality Assurance Surveillance Plan (QASP).
SCOPE
This procurement is for a replacement of an existing requirement for a FedRAMP Moderate software-as-a-service (SaaS) cloud operated mass notification system to be used by ATF to conduct law enforcement, regulatory and emergency management activities of ATF and the Department of Justice. This system must allow authorized personnel to send text, email and voice messages virtually instantaneously consistent with the public safety purpose of the notification which may include messages with life-safety implications where reliability is critical. These messages will be sent to Federal personnel employed by ATF, our interagency law enforcement partners as well as notifications to Federal Firearms Licensees (public). The system must be capable of sending push notifications without prior registration of the contacts receiving the messages. This procurement is a total small business set-aside and will be a single-award Firm-Fixed-Price (FFP). Contractor(s) shall provide a firm-fixed price quote and complete. Contractors will be evaluated using the following NAICS 541519 and PSC DH10. The vendors shall use the attached Performance Work Statement (PWS) to form their quote.
REQUIRED DELIVERY DATE (RDD) AND SHIP TO LOCATION
ATF POLICES, PROCEDURE AND STANDARDS
The contractor shall conform to the following ATF guidelines, security requirements, and federal regulation and legislation throughout the life of the contract. ATF reserves the right to amend/upgrade these standards and internal guidelines, processes and procedures based on technological advances.
CLAUSES
The contractor/awardee must comply with provisions and clauses/terms & conditions (T&Cs) incorporated herein via full text and by reference.
Offeror Representations and Certifications – Commercial Items applies to this acquisition. Prospective vendors must be actively registered with the System for Awards Management (SAM) website at http://www.SAM.gov. The clause at FAR 52.212-4, Contract Terms and Conditions, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. The offeror must have a current profile in the Online Representations and Certifications (http://www.SAM.gov) prior to award. The above referenced FAR clauses and provisions may be accessed via the World Wide Web at www.aquisitions.gov/far.
NOTE: ATF and DOJ clauses are not all inclusive and will be incorporated at the order level.
BASIS FOR AWARD AND SUBMISSION OF QUOTES
Award will be made using the lowest price, technically acceptable source selection process. Source selection procedures in accordance with FAR 15.101-2.
Factor 1 - Technical Acceptability - Technical quote will be evaluated to determine the likelihood that the Government’s requirements in the Request for Quote (RFQ) can be achieved.
Technically Acceptable/Unacceptable Ratings
Acceptable:
Quote clearly meets the requirements of the RFQ.
Unacceptable:
Quote does not clearly meet the requirements of the RFQ.
Factor 2 - Price – The Price quote will be evaluated based upon the Offeror’s price for CLIN in total subject to FAR 16.202-2.
QUOTES: All Quotes shall be submitted via email to David.Berger@atf.gov and Nya.Houston@atf.gov. The Quotes shall be received by 12:00 PM EST on May 21, 2026, and shall reference Solicitation #DJA-26-ASOD-PR-0271. Quotes received after the stated time and date will not be accepted or evaluated. Quotes shall be submitted in two parts, technical and pricing and clearly labeled as such.
QUESTIONS/QUOTE DUE DATE
All questions regarding this solicitation shall be submitted in writing and sent via email to David Berger at David.Berger@atf.gov and shall reference the solicitation #DJA-26-ASOD-PR-0271. All questions shall be received by 12:00 PM EST on May 20, 2026. Questions received after the stated time and date will not be addressed. Telephonic requests or inquiries will not be accepted. All Quotes shall be submitted via email to David.Berger@atf.gov. All Quotes shall be received by 12:00 PM EST on May 21, 2026, and shall reference Solicitation #DJA-26-ASOD-PR-0271. Quotes received after the stated time and date will not be accepted or evaluated.
Please see attachments for full RFQ information.
David Berger
Nya Houston
DEPARTMENT OF JUSTICE
ATF ACQUISITION AND PROPERTY MGMT DIV
ATF
ATF
ATF ACQUISITIONS OFFICE
99 NEW YORK AVE
WASHINGTON, DC, 20226
NAICS
Other Computer Related Services
PSC
IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE
Set-Aside
Total Small Business Set-Aside (FAR 19.5)