Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2025 SAM #8698
SOLICITATION NOTICE

59 -- CBP Office of Field Operations (OFO) Over-the-ear Protection Communication Systems

Notice Date
9/17/2025 11:37:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
BORDER ENFORCEMENT CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
70B03C25Q00000570
 
Response Due
9/22/2025 10:00:00 AM
 
Archive Date
10/07/2025
 
Point of Contact
Christopher J. Shaw
 
E-Mail Address
christopher.j.shaw@cbp.dhs.gov
(christopher.j.shaw@cbp.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial Brand Name supplies prepared in accordance with the format in FAR Subpart 12.2, and FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. The solicitation number is 70B03C25Q00000570 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses (including Attachment Two to the solicitation) are those currently in effect at the date of this solicitation. The associated NAICS code for this procurement is 334290 � Other Communications Equipment Manufacturing with a small business size standard of 800 employees. This requirement is issued as a small business set-aside, all qualified quoters may submit quotes. Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), Office of Field Operations (OFO), Special Response Team (SRT) has a requirement for the purchase and delivery of Over-the-ear protection Headset Communication Systems. This is a lowest priced technically acceptable (LPTA) evaluation, conducted in accordance with Federal Acquisition Regulation (FAR) 8.4. The Government will award a contract to the Offeror whose solicitation represents the best value to the Government, based upon an assessment of the evaluation factors listed in the RFQ. Award decision will be made in accordance with the basis for selected as established in the RFQ, which is that quoter which is the most advantageous to the Government. See Attachment 1 and 2 for the full solicitation requirements. Quote submissions must be submitted through email to: Christopher.j.shaw@cbp.dhs.gov. All quote pricing must be valid for up to 60 calendar days after close of the solicitation. Interested Quoters must submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted by email to christopher.j.shaw@cbp.dhs.gov. Questions not received by the question submission deadline outlined in the solicitation on SAM.gov. List of Attachments to this Solicitation: 1. Statement of Work (SOW) 2. Solicitation Clauses and Provisions In Accordance with Executive Order (E.O.) 14173, Ending Illegal Discrimination and Restoring Merit-Based Opportunity, and E.O. 14168, Defending Women From Gender Ideology Extremism and Restoring Biological Truth to the Federal Government, Section 2 of the E.O. 14148, �Initial Rescissions of Harmful Executive Orders and Actions,� which revoked E.O. 14057 and Section 2 of the E.O. 14208, �Ending Procurement and Forced Use of Paper Straws,"" the following is included in this solicitation. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Components shall not consider or use these representations. Contracting officers will not consider the following representations when making award decisions or enforce requirements: �Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services; �Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply; �Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services; and �Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. In compliance with Executive Order 14173, �Ending Illegal Discrimination and Restoring Merit-Based Opportunity,� dated January 21, 2025, the contractor agrees that its compliance in all respects with applicable Federal anti-discrimination laws is material to the government�s payment decisions for purposes of section 3729(b)(4) of title 31, United States Code; and, by virtue of submitting a quote, the contractor certifies that it does not operate any programs promoting DEI that violate any applicable Federal anti-discrimination laws. No requirement in this contract should conflict or contravene Executive Order �Unleashing American Energy� dated January 20, 2025. To the extent any requirement may conflict or contravene that Executive Order, the requirement is deemed inapplicable to this contract. This would include requirements related to �climate-related risk management and/or greenhouse gas (GHG) emissions inventory and/or reduction target disclosure requirements.� The Contractor should consult with the Contracting Officer on any such requirement they determine is inconsistent with the Executive Order, and work on proposed modifications to comply with the EO and statutory requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/758158c5050c49e48ee77129099fdfad/view)
 
Place of Performance
Address: Lorton, VA 22079, USA
Zip Code: 22079
Country: USA
 
Record
SN07594794-F 20250919/250917230043 (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.