Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

D -- Anonymous-TIP Solution

Notice Date
4/7/2021 3:53:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
DJA-21-AOSI-PR-0315
 
Response Due
4/9/2021 12:00:00 PM
 
Archive Date
04/24/2021
 
Point of Contact
Sheray Millhouse, Phone: 2026489071, Fax: 2026489654
 
E-Mail Address
Sheray.Millhouse@ATF.gov
(Sheray.Millhouse@ATF.gov)
 
Description
This solicitation/request for quotations (RFQ) is in accordance with FAR Parts 12 and 13.� Per the attached Statement of Work (SOW), the Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires a secure, web-based anonymous-TIP solution.� ATF will award to the responsible vendor whose [OPEN-MARKET] quote is the lowest-price, technically acceptable (LPTA), as that firm will meet or exceed the stated criteria and be the most advantageous/best value to the Government, based on price and technical factors. While this requirement is not set-aside for Small Businesses, consideration will be given to such IF there are at least two (2) that submit a reasonable, technically-acceptable quote. Questions are due by 11:00am Eastern Standard Time (EST) Wednesday, 4/7/2021, in order to be considered and addressed.� QUOTATION INSTRUCTIONS: The vendor shall submit a complete response to this RFQ [via email to the Contracting Officer]�and ensure its price is detailed and includes all-applicable discounts. Additionally, ATF may require the�firm to present a short, not-to-exceed 30 minutes, DEMO of its system/solution via MS Teams or WebEx. TERMS AND CONDITIONS: To be considered for award, the Seller must be either the manufacturer or a manufacturer/Federally-authorized distributor of the equipment/services it's offering, with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer within this RFQ and on the award.� As such, sellers may be required to provide documentation as proof of authorization prior to Award. Sellers MUST also be registered and Active in the System for Award Management (SAM) system, www.SAM.gov, prior to award, pursuant to FAR 52.204-7. Items, if applicable, 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 Awardee 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; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a); the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-5, & 52.225-13; and the following clauses in paragraph (c): 52.222-41, 52.222-42, 52.222-55, & 52.222-62. The selected vendor must also comply with FAR 52.203-7, 52.203-17, 52.203-18, 52.204-13, 52.204-19, 52.204-24, 52.204-25, 52.204-26, 52.209-5, 52.209-11, 52.212-4, 52.217-8, 52.217-9, 52.229-3, 52.232-39, 52.232-40, 52.237-3, & 52.246-4. The full text of these clauses may be viewed via https://www.acquisition.gov/far/. Similarly, the vendor must also comply with the Justice Acquisition Regulation (JAR) clause #2833.103, which can be viewed via http://farsite.hill.af.mil/reghtml/regs/other/jar/2833.htm. The Awardee shall also conform to the attached provision and clauses of ATF: #s ATF-01, ATF-04, ATF-14, ATF-17, ATF-19, ATF-22, ATF-25, ATF-40, ATF-41, ATF-43,�ATF-44, ATF-51, ATF-52, and ATF-53. There are no additional contract requirement(s) or terms and condition (such as contact financing arrangements or warranty requirements) determined by the CO to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities & Allocations System (DPAS) is not applicable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b710b684fd2f4c6c82e57bbb4b236eb1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05964689-F 20210409/210407230112 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.