Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2018 FBO #6232
SOLICITATION NOTICE

J -- Intermec Barcode Scanner Maintenance Renewal

Notice Date
11/9/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
99 New York Avenue, NE 3rd Floor - Acquisitions Washington DC 20226
 
ZIP Code
20226
 
Solicitation Number
DJA-19-ALAD-PR-0088
 
Response Due
11/15/2018
 
Point of Contact
Sheray Millhouse, Contract Specialist, Phone (202) 648-9071, Fax (202) 648-9659
 
E-Mail Address
Sheray.Millhouse@ATF.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) requires renewal maintenance for its 125 Intermec Barcode Scanners/Mobile Computers (CN70) that are used with its Sunflower asset-management system/solution. This Request for Quote ( RFQ ) for commercial items is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this posting. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. Line Item 0001: Full Comprehensive Service, 11/10/18 - 11/9/19 (Base Year), to include reinstatement fees, if any Line Item 0002: Full Comprehensive Service, 11/10/19 - 11/9/20 (Option Year 1) Line Item 0003: Full Comprehensive Service, 11/10/20 - 11/9/21 (Option Year 2) Line Item 0004: Full Comprehensive Service, 11/10/21 - 11/9/22 (Option Year 3) Line Item 0005: Full Comprehensive Service, 11/10/22 - 11/9/23 (Option Year 4) Quotation Instructions : ATF will award under FAR 13, Simplified Acquisitions Procedures, to the responsible Small Business whose quote conforming to the RFQ will be the most advantageous/best value using the Lowest-Price-Technically-Acceptable ( LPTA ) method. ATF may review the past performance/delivery of the seller to help determine its technical capability. Vendors shall submit, in good faith, an OPEN MARKET Quote and its Letter of Authorization from and/or Partnership Agreement with Honeywell via email to Sheray.Millhouse@ATF.gov by the Close of this Buy. Vendor shall clearly display the RFQ # on the Quote and in the Subject of the email. The Quote must be good for 30 calendar days after the close of the Buy. Questions related to this Buy must also be sent via email to Sheray.Millhouse@ATF.gov by 4:30pm Eastern Standard Time (EST), Tuesday, 11/13/18. The CO will not consider or address LATE Questions. Terms and Conditions : Vendors MUST be registered and Active in the System for Award Management ( SAM ) system ( www.SAM.gov ) prior to award, pursuant to FAR 52.204-7. To be considered for award, vendors must be manufacturer/Federally-authorized distributors/center of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. If applicable, items must be NEW and covered by the manufacturer's warranty. Shipping must be free on board ( FOB ) destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award. The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items ; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items ; 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, 52.222-36, 52.225-13, 52.232-33. The selected vendor must also comply with FAR 52.203-18, 52.209-11, 52.211-6, 52.217-8, and 52.217-9. The full text of these clauses may be viewed via https://www.acquisition.gov/far/. The incoporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The Awardee shall conform to Section 508 of the Rehabilitation Act. As part of the Workforce Investment Act of 1998, the U.S. Congress re-authorized Section 508 of the Rehabilitation Act, strengthening it by establishing accessibility standards. The reauthorization dictates that Federal agencies are required to ensure that all electronic and information technology purchased, maintained, or developed meet the new accessibility standards. All information systems shall be compatible with existing technology and software. Section 508 Standards have been incorporated into the Federal Acquisition Regulation (FAR), 29 U.S.C. & 794d. ATF-43, Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability (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. (End of Provision) ATF-44, Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse (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, or 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) The CO has not determined additional contract requirements or terms and conditions (such as financing arrangements) to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities & Allocations System (DPAS) is not applicable. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-NOV-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-DEC-2018, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA-19-ALAD-PR-0088/listing.html)
 
Place of Performance
Address: Multiple Areas
Country: US
 
Record
SN05175137-F 20181216/181214230020 (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.