SOLICITATION NOTICE
66 -- IntengenX Reagents/Cartridges - Attachment 1- JOFOC-0004094 - Attachment 2- RFQ-0004094
- Notice Date
- 4/12/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- RFQ-0004094
- Archive Date
- 5/8/2018
- Point of Contact
- Kemper Nichole Wood,
- E-Mail Address
-
knwood@fbi.gov
(knwood@fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 1.0 Supplies or Service Justification for Other than Full and Open Competition- PR0004094 RFQ 0004094 PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. The Federal Bureau of Investigation (FBI) is issuing a combined synopsis/solicitation for commercial items prepare in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The solicitation number is RFQ-0004094 and is issued as a Request for Quote (RFQ). This is a 100% small business set aside under the North American Industry Classification System Code (NAICS) Code 334516, Analytical Laboratory Instrument Manufacturing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. This requirement will be awarded on an all or none basis as a commercial item, fixed price blanket purchase agreement under the procedures at FAR Parts 12 and Subpart 13.5. The Government's intent is to establish a firm fixed priced, single award, Blanket Purchase Agreement (BPA) with a thirty-six (36) month ordering period from the date of award. Description of Requirements: The contractor shall provide the IntegenX RapidHIT ID brand name reagents/cartridges as identified in Section 1.0. Brand Name will only be accepted-See brand name justification in Attachment #1. The BPA shall have an ordering period from the effective date of the agreement through thirty-six (36) months. Funding will be obligated via BPA calls (delivery orders). 1.0 Supplies or Services See Attachment #2 1.1 Shipping Requirement All deliveries under this order shall be FOB destination. 1.2 Delivery Requirement All items will be shipped to: Federal Bureau of Investigation 2501 Investigation Parkway Quantico, VA 22135 2.0 Quote Requirement  New Equipment only will be accepted for this BPA. No grey manufactured items. Please include in your quote: pricing and product description for each line item listed above. Quote may be sent via your company's standard quotation form but must include the following information: Tax ID #, DUNS #, Point of Contact with Email and telephone information. The quoted price shall consist of the actual offer to enter into a BPA to deliver the desired items and indicate a firm fixed price. (Refer to Attachment 2, Schedule of Supplies/Services). 2.1 Question Submission Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions may be submitted to the attention of Kemper Nichole Wood at knwood@fbi.gov, no later than noon (12:00PM), Wednesday, April 18, 2018. 2.2 Quote Submittal Quotes must be received by noon (12:00PM) Monday, April 23, 2018. Quotation/offer and any accompanying information may be e-mailed to knwood@fbi.gov. Offers must be valid for 90 calendar days after submission. 2.0 Contract Administration 2.1 Extent of Obligation: The Government is obligated only to the extent of authorized orders actually made under the BPA. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum," hereby established as $500,000.00 over the life of the BPA. The obligation of funds and specific quantities will be ordered through issuance of individual delivery orders consistent with the terms of the applicable schedule contract. 2.2 Contracting Officer Information: This contract will be administered by: Kemper Nichole Wood Science & Technology Acquisitions Unit FBI-Finance Division 2.3 Contracting Officer Representative-TPOC TBD is hereby designated to act as the Technical Point of Contact (T-POC) under this contract. 2.4 Invoice Requirements (a) The Contractor shall submit an original itemized invoice directly to central_invoices@ic.fbi.gov. To constitute a proper invoice, each invoice shall be annotated with the following information: (1) Name of vendor; (2) Invoice date; (3) Government contract number, or authorization for delivery of goods or services; (4) Vendor invoice number, account number, and/or any other identifying number agreed to by the contract; (5) Description (including, for example, contract line/sub line number), price, and quantity of goods and services rendered; (6) Taxpayer Identification Number (TIN); (7) Banking information necessary to facilitate an electronic funds transfer (EFT) payment; (8) Contact name (where practicable), title and telephone number; Effective April 1, 2016, all commercial invoices shall be submitted via the following new process: The invoice should be attached to an email, and sent to the following address: central_invoices@ic.fbi.gov. It is imperative that the invoice contains current and accurate contract information (as requested above), otherwise risks being rejected. Upon receipt of the invoice, a confirmation email will be sent back to the sending email address. At this point, the invoice is considered received, and will begin processing through the FBI's internal payment system. Please note, invoices received before 5pm EST (Monday-Friday) will be considered "received" that business day. Any invoice received after 5pm EST will be considered "received" and will be entered into the invoice system on the following day. 3.0 Terms and Conditions The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition; FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) Award will be made to the Lowest Price-Technically Acceptable Offeror, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52-219-6, 52-219-8, 52-219-28, 52.222-3, 52-222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 552.223-18, 52.222-54, 52.232-33, 52.225-13 and 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 3.1 Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability-Solicitation (March 2015) (a) None of the funds made available by the Department's current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation- (1) Convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (2) That has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, Unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By submitting a response to this solicitation, the offeror represents that, as of the date of this offer- (1) The offeror is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, (2) The offeror is not a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 3.2 Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud and Abuse-Solicitation (March 2015) None of the funds appropriated to the Department under its current Appropriations Act may be used to enter into a contract, grant or cooperative agreement with an entity that requires employees or contractors of such entity seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. By submitting a response to this solicitation, the contractor certifies that it does not require employees or contractors of the contractor seeking to report fraud, waste and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting waste, fraud and abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 3.3 System for Award Management (SAM) Requirement Note: Ensure your firm is registered in System for Award Management (SAM) - All vendors must be registered in SAM, effective July 29, 2012, to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM Data, the information contained in SAM may override our current information. Please ensure that your company's SAM information is updated and accurate. This includes: TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization. 3.4 Technology Enhancement Clause During the life of this contract, new products and technologies may become available in the marketplace that offer significant advantages to the Government in terms of economy, efficiency, quality and mission effectiveness. It is in the Government's interest to take advantage of such technology in a disciplined manner consistent with law, regulation and is valid requirements 4.0 Evaluation Factors The Government shall award to the contractor whose quote conforms to the specifications and represents the Lowest Price/Technically Acceptable offer. Any requested documentation not included with the original submission may disqualify the quote from further consideration. For this solicitation, vendor is to provide pricing for the quantity of one (1). Evaluation will be conducted utilizing the quantity of one to determine the lowest pricing received. Vendor is to complete all pricing information requested in Attachment #1. This pricing will be reflected throughout the BPA period of performance (POP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-0004094/listing.html)
- Place of Performance
- Address: Quantico, Virginia, 22135, United States
- Zip Code: 22135
- Zip Code: 22135
- Record
- SN04888124-W 20180414/180412231100-86a18600bd509f759c211d51ed707d98 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |