In accordance with Federal Acquisition Regulation (FAR) 4.1102 quoters are required to be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted.
- This is a combined synopsis/solicitation for commercial items 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.
- The solicitation number is 70T05025Q5903N002. The solicitation is issued as a request for quotation (RFQ).
- All questions must be submitted via email to Abigail Atkinson at Abigail.Atkinson@tsa.dhs.gov no later than July 31st, 2025 at 12:00 pm. (noon) Eastern Time.
- All quotes must be submitted to the above email no later than August 5th at 12:00 pm (noon) Eastern Time.
- The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04.
- This acquisition is issued with a total small business set aside. The associated NAICS code is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a small business size standard of 1,350 employees.
- List of line item numbers and items, quantities, and units of measure: See Attachment.
-
- Description of requirements for the items to be acquired:
2500 packs - QSB220 ETD Sample Traps (100 count containers) delivered to Denver International Airport
6900 packs - QSB220 ETD Sample Traps (100 count containers) delivered to Minneapolis-St. Paul International Airport
- Delivery, acceptance, and FOB point are at the below address.
DHS / TSA
TSA Logistics Office – A-Con
ATTN: Jose Zambrano
8700 Pena Blvd Room 1165
Denver, CO 80249
TSA
ATTN: Chris Stanton PR# 255903A058
7550 23rd Avenue South, Suites 144/145
Minneapolis, MN 55450
- The provision at 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition. There are no addenda to the provision.
- The provision at 52.212-2, Evaluation -- Commercial Items does not apply to the solicitation.
The evaluation procedures to be used are as follows:
Award will be made using the lowest price technically acceptable (LPTA) selection process. Award may be made on initial quotations. Therefore, each initial quote should contain the quoter's best terms from a technical, all submission requirements and price standpoint. However, the Government reserves the right to contact quoters if it is later determined by the contracting officer to be necessary or in the government's best interests. The LPTA process will proceed as follows:
- Quotes may be removed from consideration for, but not limited to, the following reasons:
•Quotes that are not received timely
-
-
- Quotes that fail to follow the instructions in FAR Provision 52.212-1
- Quotes that fail to submit ALL required documentation/provisions
- Quotes that have language inconsistent with the terms and conditions set forth in the solicitation
-
- Quotes will be ordered by price from lowest to highest.
-
- The Government will then review Factor 1 of the lowest priced quote. If the review finds that Factor 1 of the lowest priced quote is acceptable, the Government will then evaluate Factor 2 of the lowest priced quote. If the review finds that Factor 2 of the lowest priced quote is acceptable, that quote represents the best value to the Government and the technical evaluation process stops at this point. Contingent upon a subsequent determination of price reasonableness (Factor 3) and of contractor responsibility by the Contracting Officer, an award will be made to that quoter without further consideration of any other quoters.
If the lowest quote is determined not to be acceptable for any reason, then the next lowest priced quote will receive an evaluation as described above. The process will continue in order by price until a quote from a responsible contractor is determined to be acceptable and priced fairly and reasonably.
-
- USING THIS PROCEDURE, THE GOVERNMENT MAY NOT EVALUATE ALL QUOTES.
(e) Each Factor will be evaluated as follows:
Factor 1. Technical Acceptability
Technical Acceptability will be rated on an "acceptable" or "unacceptable" basis as follows: Acceptable - Quoter completes the Attachment (1) Technical Compliance Table indicating the item meets the salient characteristics specified and all SOW 2.2 requirements and provides sufficient supporting documentation to show acceptability to the salient characteristics; and submits a completed Attachment (2) Reps and Certs document or indicates compliance with the Reps and Certs statement provided in the table of Attachment (1).
Unacceptable - Quoter did not complete the Attachment (1) Technical Compliance Table indicating the item meets the salient characteristics specified and SOW 2.2 requirements and/or did not provide sufficient supporting documentation to show acceptability to the salient characteristics; and/or did not submit a completed Attachment (2) Reps and Certs document or did not indicate compliance with the Reps and Certs statement provided in the table of Attachment (1).
Factor 2. Price
The Quoter shall provide a total price for the sample traps (metal can swabs) that meets all the requirements in SOW 2.2.
Submission Requirements: All requirements must be received in order to be considered technically acceptable.
-Completed Pricing schedule: Refer to the attached RFQ Fillable Requirement for structure of pricing schedule
-Completed Attachment 1 – Technical Compliance Table
-Completed Attachment 2 – Reps and Certs
-Applicable fill in clauses and provisions located throughout the Combined synopsis and the attached RFQ fillable requirements