Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
SOLICITATION NOTICE

70 -- Forensic Lab Equipment - Product List

Notice Date
9/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
 
ZIP Code
20549
 
Solicitation Number
SECHQ1160023
 
Archive Date
9/29/2016
 
Point of Contact
Reginald Barnes,
 
E-Mail Address
barnesr@sec.gov
(barnesr@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
Product List i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii) Solicitation SECHQ1160023 is hereby issued as a Request for Quote (RFQ). iii) Provisions and clauses in effect through Federal Acquisition Circular 2005-89 are incorporated. iv) Set-Aside and NAICS Code: This acquisition is set-aside for small business. The NAICS code for this requirement is 423430 and the size standard is 500. v) A list of contract line item numbers and items: CLIN 0001 Forensic Lab Equipment CLIN 0002 Forensic Lab Tools vi) Description of requirement for the items to be acquired (Attached Product list) vii) Date and place of delivery and acceptance and FOB point Delivery will be 30 days after receipt of order. Delivery of all items will be made to: 100 F Street, NE Washington, DC 20549 The anticipated date of contract award is September 15, 2016. All responsible sources may submit a quotation which shall be considered by the agency. The Government reserves the right not to make an award or to award only some of the items. Partial quotes will be accepted. viii) Instructions to Offerors Parties responding to this solicitation who believe they can provide the requirements may submit their quote in accordance with their standard commercial practices and include the following: • A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. • All items shall be new in box items. (Used, rebuilt, refurbished, or gray-market items will not be accepted.) • Items are brand name or equal • When providing an "or equal" item provide a technical description of the item being offered in sufficient detail to evaluate compliance with the brand name or equal requirement in the solicitation. This may include product literature, or other documents, if necessary. • The name, address, DUNS, and telephone number of the offeror • Pricing should be submitted within the attached spreadsheet. • All prices shall be FOB destination. • Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. ix) The provision 52.212-2 Evaluation - Commercial Items. (Oct 2014) applies to this acquisition and the addendum is below: (a) This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and is the lowest price. The following factor(s) shall be used to evaluate offers: (i) Technically Acceptable (ii) Price x) Quoters shall include a completed copy of the provision at 52.212-3 with its offer, or indicate that representations and certifications are available on-line in the Reps & Certs section of their System for Award Management (SAM) record available at https://www.sam.gov. xi) The clause 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) applies to this acquisition. xii) The clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items (Jun 2016), and the additional FAR clauses cited in the clause are applicable to the acquisition. Paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. xiii) The following clauses apply to this procurement: 52.252-1 - Solicitation Provisions Incorporated By Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. 52.216-1 Type of Contract (Apr 1984). The Government contemplates award of a firm fixed-price contract. 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within the period of performance of the contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. 6012.02 SEC 508 Requirements (March 2011) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, and/or used under this contract/order must comply with the Electronic and Information Technology Accessibility Provisions set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in FAR 39.2.The complete text of Section 508 Final Provisions can be accessed at http://www.access-board.gov/sec508/provisions.htm. All EIT products must comply with the following standards. Descriptions of the standards are viewable at the link Section 508 Standards. • 36 CFR 1194 Section 21-Software applications and operating systems • 36 CFR 1194 Section 22-Web-based Intranet and Internet Information and Applications • 36 CFR 1194 Section 23-Telecommunication Products • 36 CFR 1194 Section 24-Video and Multimedia Products • 36 CFR 1194 Section 25-Self contained, closed products • 36 CFR 1194 Section 26-Desktop and Portable Computers • 36 CFR 1194 Section 31-Functional Performance Criteria • 36 CFR 1194 Section 41-Information, documentation, and support Offerors that fail to demonstrate compliance with the above standards, or provide equivalent salient characteristics, may be eliminated from further consideration for award. The Contractor shall indicate for each line item in the schedule whether each product or service is compliant or non-compliant with the accessibility standards at 36 CFR 1194 using a Voluntary Product Accessibility Template (VPAT). Further, the quote must indicate where full details of compliance can be found (e.g., vendor's website or other exact location). The offeror further represents that all EIT products and services that are less than fully compliant have been reviewed and plans to correct are in place. Respondents to this solicitation must provide any additional detailed information necessary for determining applicable Section 508 standards conformance, as well as for documenting EIT products and/or services that are incidental to the project, which would constitute an exception to Section 508 requirements. If a vendor claims its products and/or services, including EIT deliverables such as electronic documents and reports, meet applicable Section 508 standards, and it is later determined by the Government - i.e., after award of a contract/order, that products and/or services delivered do not conform to the described accessibility, remediation of the products and/or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense. xiv) Proposal Due Date/Time: Responses to this Combined Synopsis/Solicitation shall be emailed to barnesr@sec.gov by noon EDT on September 14, 2016. NOTE: Failure to comply with these instructions may render your response as non-responsive and subject to rejection. xv) Questions concerning this RFQ shall be submitted in writing to Reginald Barnes at barnesr@sec.gov, no later than 5:00 PM EDT, September 13, 2016. Oral questions (telephone) will not be addressed or entertained. Questions submitted after the specified time/date may not be addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1160023/listing.html)
 
Record
SN04260569-W 20160909/160907235928-6d418806d8ac00786592b4321a5f5317 (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.