Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

99 -- Methode - Synposis

Notice Date
2/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component 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
RFQ0005340
 
Archive Date
3/2/2016
 
Point of Contact
Kelli Parker, Phone: 7039856908
 
E-Mail Address
kelli.parker@ic.fbi.gov
(kelli.parker@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
Methode Synposis RFQ 0005340 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice in using FAR Part 13. The solicitation number is RFQ00053401 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999. The Federal Bureau of Investigation requests open market pricing for brand name products listed below for brand name equipment for "Methode UPS Batteries". If these descriptive(s) are not included in the submitted quote, the quote could be considered "unresponsive." CLIN# MFR Part # Manufacturer Description Qty 0001 AC6000 Methode 6000W AC/AC Lithium Rackmount UPS 2U, No Peak Shave, with NEMA L6-30R/P Plug Set (MAX 5kW) 16 0002 Methode 5 Year Extended Warranty option for the AC6000 16 0003 Methode Slide Rail Option for the AC6000 UPS 16 Shipping: All deliveries under this order shall be FOB destination. Delivery Requirement All items will be shipped to: Federal Bureau of Investigation Engineering Research Facility Bldg 27958-A Quantico, VA 22135 **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 Kelli Parker at kelli.parker@ic.fbi.gov, no later than Tuesday, February 16, 2016 at 10:00 AM (Eastern). 1. New Equipment only will be accepted for this procurement. 2. Quote must be valid for 30 days from closing of posting. 3. Delivery must be made within 30 days or less after Receipt of Order (ARO). 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 52.212-3, 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. 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 Ace 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 the 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 offereor 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 has lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Provision) 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. (End of Provision) of The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Quotes Quotes must be received by Tuesday, February 16, 2016 at 2:00 PM (Eastern). Quotation/offer and any accompanying information may be e-mailed to kelli.parker@ic.fbi.gov. Offers must be valid for 30 calendar days after submission. 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. Evaluation Factors: Award will be made to the lowest price/technically acceptable offeror. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ0005340/listing.html)
 
Place of Performance
Address: Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN04017769-W 20160213/160211234348-4f578cad463edb40a3d5eff8dc61dbf3 (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  © 1994-2020, Loren Data Corp.