Replacement Notification System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is soliciting proposals for a Replacement Notification System, a Firm-Fixed-Price (FFP) contract for a FedRAMP Moderate SaaS cloud solution. This system will provide urgent and routine mass notifications for law enforcement, regulatory, and emergency management activities. Proposals are due May 12, 2026.
Scope of Work
The required system is a web-based, FedRAMP Moderate or higher certified SaaS solution, fully hosted by the vendor. It must provide instantaneous multi-modal messaging (landline, cell, SMS, MMS, email, VoIP, social media) to ATF personnel, interagency partners, and Federal Firearms Licensees, including push notifications without prior registration. Key features include:
- Robust System: Geographically dispersed components with failover, 100% availability, and compliance with federal IT operating and security requirements.
- User & Data Management: Support for at least 75 simultaneous users, PIV authentication, customer-configurable privilege matrix, segregated departmental databases, and secure import/export of ATF Employee and FFL data.
- Message Creation & Delivery: Intuitive interface, mobile app activation, message prioritization, live voice recording, text-to-speech, scenario creation, two-way polling, and adaptive message delivery (human vs. answering machine).
- Integration: API for Facebook/Twitter, and FEMA IPAWS integration (Interop, NWEM, EAS, CMAS, Retrieve/Disseminate) compliant with CAP 1.2.
- GIS Mapping: Interface for designating notification areas (circle, polygon, zip code, imported layers), ESRI shapefile import, custom layers, and geo-coding.
- Monitoring & Reporting: Real-time delivery results, comprehensive historical reports (at least one year), and verifiable confirmation of contact.
Contract & Timeline
- Type: Combined Synopsis/Solicitation, Single-Award Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside
- Product Service Code: DH10 (Platform Delivered As A Service For Databases And Middleware)
- NAICS Code: 541519
- Period of Performance: May 15, 2026 – May 14, 2031 (Base year plus four option years)
- Place of Performance: ATF National Coordination Center, Washington, D.C. 20226
- Questions Due: May 11, 2026, 12:00 PM EST
- Proposals Due: May 12, 2026, 2:30 PM EST
- Published: April 21, 2026
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process. Proposals must be submitted in two clearly labeled parts: technical and pricing. Evaluation factors include:
- Technical Acceptability: Meeting all Request for Quote (RFQ) requirements.
- Price.
Submission Details
Proposals must be emailed to David.Berger@atf.gov and Nya.Houston@atf.gov. Offerors must be registered in the System for Award Management (SAM).
Additional Notes
The system must meet "public safety grade" security, be Section 508 and ADA compliant, and include 24/7/365 technical support and initial training at no additional cost. Contractor personnel will require ATF background investigations and security clearances.