Administrative & Technical Support Services
Presolicitation from ATF ACQUISITION AND PROPERTY MGMT DIV • JUSTICE, DEPARTMENT OF. Place of performance: MD. Industry: NAICS 561990 • PSC R425.
Market snapshot
Awarded-market signal for NAICS 561990 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561990
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) intends to negotiate a direct/sole-source, 8(a) task order to Cayuse Federal Services LLC (FQDQNUJ7ZMN4) under the General Services Administration's 8(a) Pool for its One Acquisition Solution for Integrated Services Plus (OASIS+8A) best-in-class solution/vehicle for one (1) year. ATF also intends to negotiate a firm-fixed-price contract type for the labor rates and cost reimbursement for travel & other direct costs.
The justification for an exception to fair opportunity is forthcoming.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The ATF Acquisition and Property Management Division is seeking to negotiate a direct/sole-source task order with Cayuse Federal Services LLC for Administrative & Technical Support Services. This opportunity is set aside for 8(a) businesses and involves a firm-fixed-price contract for labor rates alongside reimbursable expenses for travel and other direct costs. The task order will be awarded under GSA's 8(a) OASIS+ vehicle for a duration of one year.
The buyer intends to procure administrative and technical support services to assist the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) through a direct negotiation with Cayuse Federal Services.
- Define project requirements and tasks
- Determine labor rates
- Specify travel and direct cost reimbursement procedures
- Outline support service deliverables for ATF
- Establish performance metrics and reporting requirements
- Company profile and capabilities statement
- Past performance examples
- Pricing structure for labor rates
- Details on handling travel and other direct costs
- Compliance with 8(a) requirements
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Exact response deadline is not provided
- Details on specific services required are unclear
- Clarification on the procurement timeline is missing
- No information on office locations or performance sites
- Lack of formal justification for sole-source award
- No official solicitation documents available yet
- Confirmation on budget allocation is absent
- Information on potential competition is not provided
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.