Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
SOLICITATION NOTICE

59 -- CaseCracker Onyx Equipment - RFQ Letter

Notice Date
8/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment 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
PR-0005619
 
Archive Date
8/22/2018
 
Point of Contact
Lauren Caperton, Phone: 7039856663
 
E-Mail Address
lgcaperton@fbi.gov
(lgcaperton@fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
J&A Combined Synopsis/Solicitation The Federal Bureau of Investigation (FBI) Procurement Section is issuing a combined synopsis/solicitation to purchase interview room recording equipment. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, using the procedures of FAR Part 13, and 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99-1 (16 July 2018). The Information Technology Acquisitions Unit is issuing this acquisition as a Request for Quote (RFQ) under solicitation number PR-0005618 for Case Cracker Onyx equipment. Brand Name specific items only will be accepted for this procurement. The Government intends to establish a single award, firm-fixed price, contract. The NAICS Code for this requirement is 334310, Audio and Video Equipment Manufacturing. The size standard is 750 employees. This requirement is 100% set-aside for small business. 1.0 Supplies or Service ITEM DESCRIPTION PART# UNIT OF MEASURE QTY UNIT PRICE EXTENDED PRICE 1 CaseCracker Onyx 8 Room Server CCO-SVR-8 each 20 2 CaseCracker Onyx 5 Year License Agreement CCO-SLA-5 each 40 3 CaseCracker Onyx Premium Room Component Kit CCO-AV-P each 42 4 CaseCracker Onyx Room Controller Power Supply CCO-RC-PS each 28 5 CaseCracker Onyx Portable Interview Recording Kit CCO-PBDL each 20 6 CaseCracker Onyx Lite 1 Room Server Kit CCO-LITE-STD-1 each 5 7 CaseCracker Onyx Server UPS CCO-UPS each 30 8 Flag Switch CCO-L-FLAG each 5 9 Progress Light CCO-L-IP each 5 10 One Year Sofware License CCO-SLA-1 each 10 11 Camera PIR/Thermo CCO-L-CAM each 5 12 Microphone CCO-L-MIC each 5 TOTAL 1.1 Shipping Requirement Prices quoted shall be FOB Destination. Delivery Destination is Quantico VA. 2.0 Quote Requirement  New Equipment only will be accepted for this procurement. No grey manufactured items.  Quote must be valid for 60 days from closing of posting.  Vendor must provide evidence that they are authorized to distribute Case Cracker products (i.e. certificate, authorization letter). If documentation is not included in submitted bid, quote may be considered unresponsive.  Delivery must be made within 90 days or less after Receipt of Order (ARO). 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. 2.1 Questions 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 Lauren Caperton at lgcaperton@fbi.gov no later than Thursday, August 2, 2018 at 2:00 PM (Eastern). 2.2 Quote Submittal Quotes must be received by Tuesday, August 7, 2018 at 12:00 PM(Eastern Standard Time ). Quotation/offer and any accompanying information may be e-mailed to lgcaperton@fbi.gov Offers must be valid for 60 calendar days after submission. 3.0 Terms and Conditions This RFQ incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular (FAC) 2005-99-1 (16 July 2018). The provision at FAR Clause 52.212-1, Instructions to Offerors (JAN 2017) and addendum are incorporated into this solicitation and any subsequent award. Addendum to 52.212-1, Modify: (b) Submission of offer(s) is to read as follows: "Submit offers electronically to lgcaperton@fbi.gov. Provision 52.212-2, Evaluation - Commercial Items (OCT 2014) is incorporated by reference. This requirement will be awarded to the low price technically acceptable (LPTA) offeror. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2017) is incorporated. Contractors may submit their Representations and Certifications Application at the following government portal: www.sam.gov. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017), and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JULY 2018), apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-14 Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-50, Combatting Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. 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 Requirements For Procurement of Critical Assets Every effort must be made to ensure that supplies are provided and integrated and services are performed using sound security components, practices, and procedures. Acquisition of supplies or services from concerns under Foreign Ownership, Control, or Influence (FOCI) or of supplies developed, manufactured, maintained, or modified by concerns under FOCI (any or all of which shall be referred to herein as "Use of FOCI source") is of serious concern and must be approved prior to contract award. Approval decisions will be made on a case by case basis after the source or technology has been identified by the Offeror and subjected to a risk assessment. The risk assessment process will vary depending on the acquisition type and proposed use of a FOCI source, available risk mitigation measures, and the information/justification provided by the Offeror. Any Offeror responding to this Request for Quotation (RFQ) acknowledges the Government's requirements to secure services or equipment from firms which are not under Foreign Ownership, Control, or Influence (FOCI), or where any FOCI, in the opinion of the Government, adversely impacts on National Security or security requirements. The Offeror understands and agrees that the Government retains the right to reject any response to this RFQ made by the Offeror, without any further recourse by or explanation to the Offeror, if the FOCI for that Offeror is determined by the Government to be an unacceptable security risk. Risk assessments will be on a case by case basis and will be used to determine whether the use of a FOCI source poses an unacceptable security risk. If an unacceptable security risk is determined, the Government retains the right to reject the use of a FOCI source or to require that certain risk mitigation measures be taken by the Offeror. Similarly, the Government retains the unilateral right to approve the use of a FOCI source when the risk assessment indicates that such use would be in the Governments' best interests. If the use of a FOCI source is not approved, no classified information will be disclosed to the Offeror as part of the Government's rationale for non-approval. The Offeror (prime and subs) may not seek reimbursement from the Government for any costs associated with responding to this RFQ as a result of a FOCI non-approval decision. 4.0 Evaluation Factors: Award will be made to the Lowest Price/Technically Acceptable Offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/PR-0005619/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN05015738-W 20180803/180801231417-8a7969f55da9a916343916056f37a85c (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 |
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.