SPECIAL NOTICE
J -- Jeol PMA
- Notice Date
- 3/31/2020 11:31:07 AM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FBI-JEH WASHINGTON DC 20535 USA
- ZIP Code
- 20535
- Solicitation Number
- DJF-20-0700-PR-0002301-0003032
- Response Due
- 4/14/2020 2:00:00 PM
- Archive Date
- 04/15/2020
- Point of Contact
- Adelle Bolton, Phone: 2562135014
- E-Mail Address
-
albolton@fbi.gov
(albolton@fbi.gov)
- Description
- PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE PUBLISHED. The Federal Bureau of Investigation (FBI) intends to negotiate a sole source, fixed-price contract to Jeol USA Inc., 11 Dearborn Road, Peabody, MA. 01961, for the purchase of a preventative maintenance service contract for two separate locations. The FBI�s Laboratory Division requires a 12-month maintenance service contract to maintain and repair the following listed equipment. Virginia Facility: JSM-IT300 Scanning Microscope MP-69000BU SN: MP135200013 MP-91110SNS Stage Navigation System MP-94240BEIW Backscatter Electron Unit IRCS IT300 PCIE PIP CC-A0120-006PCIE 905-00067 SN: CS1915 Alabama Facility: JSM-IT300LV SCANNING ELECTRON MICROSCOPE SN: MP1372000950095 JIB-19500CP CROSS SECTION POLISHER SN: IB3802000510051 MP-90010PCD PROBE CURRENT DETECTOR MP-91110SNS STAGE NAVIGATION SYSTEM MP-94240BEIW BACKSCATTER ELECTRON UNIT MP-94250LSED LOW VAC SECONDARY ELECTRON UNIT MP-91130LLS LOAD LOCK SYSTEM IRCS IT300 PCIE PIP CCA0120-006-PCIE 905-00067 SN: CS1948 JEOL USA Inc equipment was purchased through the FBI contracting process and confirmed this company was the only one that could provide the very specific requirements and specialized equipment to support the LD mission in conjunction with the Department of Homeland Security�s synthesis and testing requirements. These complex instrumentation and configuration systems must be maintained to ensure reliable operations. Jeol USA Inc. is the manufacturer of the above-mentioned products, and Jeol certified service engineers are the most knowledgeable and best qualified to service these complex systems. In addition, Jeol USA is the only vendor that can provide available updates for the proprietary operating software and equipment. To have another vendor provide maintenance and repair would void the warranty of the system. The service contract also allows LD personnel to reach out to JEOL USA service engineers who share troubleshooting and knowledge about the instrumentation which also leads to faster repairs. Furthermore, when the service engineer is on-site, it serves as training for LD personnel. In conclusion, based on market research, and Government end-users, to continue the original warranty and maintain the equipment to extend the service life, the equipment needs to be serviced and calibrated annually by certified Jeol engineers who have been trained and certified on the specifics of said equipment. To meet the deadlines and requirements of the mission and agreements between the FBI and DHS, it is necessary to have limited to no downtime. This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) Website (www.beta.sam.gov). Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this acquisition. The North American Classification System Code is 334516, Analytical Laboratory Instrument Manufacturing, and product service code J066, Maintenance, Repair, and Rebuilding of Equipment � Instruments and Laboratory Equipment. The FBI intends to negotiate with only one source under the authority of FAR 6.302-1. This notice of intent is not a request for competitive quotations; however, per FAR 5.207(16)(ii) all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All capability statements or quotes shall be submitted to the Contracting Officer, Adelle Bolton by email. The email address is albolton@fbi.gov Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Telephone requests will not be considered. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responses to this intent to sole source are due to the contracting officer by 05:00 PM EST on April 14, 2020, please. System for Award Management (SAM) Requirement Vendors must be registered in the System for Awards Management (beta.SAM.gov) to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. 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. Access to the Federal Bureau of Investigation (FBI) Locations Performance under this contract may require access to FBI locations to provide some service, product, or perform some other official function of interest to the FBI. Requirements, as identified below, to include approval by the FBI's Security Division, must be satisfied prior to access. �Contractors who will require escorted access, to include short-term, intermittent, or infrequent access, to an FBI facility must complete an ""Access of Non-FBI Personnel to FBI Facilities, Background Data Information Form,"" (FD 816), a ""Privacy Act of 1974 Acknowledgment Form"" (FD 484) and two Fingerprint Cards (FD 258). Completed and accepted forms should be provided to the assigned Contracting Officer's Representative (COR), at least 10 business days prior to required access. DJAR-PGD-02-02A Non-U.S. Citizens Prohibited from Access to DOJ Information Technology (IT) Systems The Department of Justice does not permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction. [In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly described.]. (End of Clause) DJAR-PGD-02-02B Non-U.S. Citizens Prohibited from Access to DOJ Information Technology (IT) Systems The Department of Justice (DOJ) will no longer permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction with respect to all new employees utilized directly to perform duties on the contract. Non-U.S. citizens currently employees under this contract or commitment may continue performance unless otherwise directed by the Department of Justice. No new, replacement or additional Non-U.S. citizens may be added to the contract without the express approval of the Department of Justice. [In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly described.]. (End of Clause) Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability � Solicitation (DEVIATION 2015-02) (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. Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse- Solicitation (DEVIATION 2015-02) (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. Sole Source Justification available upon request.��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/436b843ed5ff408994dd0f7a27005c61/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN05605401-F 20200402/200331230145 (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 |