Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2021 SAM #7211
SPECIAL NOTICE

99 -- Rigaku Liquid Nitrogen Service

Notice Date
8/27/2021 3:53:03 PM
 
Notice Type
Special Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
FBI-JEH WASHINGTON DC 20535 USA
 
ZIP Code
20535
 
Solicitation Number
PR-0004756-Rigaku
 
Response Due
5/6/2021 2:00:00 PM
 
Archive Date
05/21/2021
 
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 one-time, sole source, fixed price contract with Rigaku America�s Corporation., 9009 New Trials Drive, The Woodlands, TX. 77381, for the purpose of servicing Rigaku Liquid Nitrogen (LN2) Generator. Based on market research, Government end-users, and the manufacturer Rigaku, it has been determined that only Rigaku Americas Corporation can provide replacement parts and services for Rigaku manufactured equipment.� A certified letter from Rigaku verifies that there are no third-party partnerships or agreements with any other service provider within the United States.� The design of the Rigaku LN2 Generator and other manufactured equipment are proprietary and Rigaku Americas Corporation will not sell parts to third parties nor will they honor warranties on equipment serviced by non-Rigaku Americas Corporation employees.� �� This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) Website (www.fedbizopps.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 423490, Other Professional Equipment and Supplies Merchant Wholesalers.� The FBI intends to negotiate with only one source under the authority of FAR 6.302-1.� 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 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 05:00pm EST on September 06, 2020.�� Emailed responses will only be considered. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon responses to this notice is at the discretion of the Government. 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. FBI 52.204-5010 (FBI-0013) e-QIP - Contract Security Requirements from Procurement Section Directive (PSD) 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. Prior to access being approved for an employee of a contractor or other visitor the FBI�s Security Division will have to conduct, with respect to individuals not in current possession of a security clearance, a Limited Escorted Access Request (LAR). Contractors and contractor employees who will require escorted access, to include short-term, intermittent, or infrequent access, to an FBI facility must complete, as part of the LAR, a Standard Form 85 (Security Questionnaire), FD-857a (Non-Disclosure Agreement), and an Authorization for Release of Information.� The Contracting Officers Representative (COR) or the Point of Contact (POC) with respect to the contract will furnish these forms to the company.� After these documents have been filled out the company will contact the COR or the POC and arrange a day for fingerprints to be taken at an FBI location. �After fingerprints are taken and the three forms submitted the Security Division will conduct record checks and adjudicate if access will be approved. Individuals requiring unescorted access to an FBI facility must complete the Standard Form 86. FBI-0004 DOJ Residency Requirement - Contract Security Requirements from Acquisition Security Unit (ASU) DOJ Residency Requirement: All contractor personnel employed within the United States, both United States citizens and non-United States citizens, are required to meet the following residency requirements: For three of the five years immediately prior to applying for the specific contract position, the individual must have 1) resided in the United States; 2) worked for the United States overseas in a Federal or military capability; or 3) be a dependent of a Federal or military employee serving overseas. The requirement may be waived for short term contractor personnel (performing duties for a cumulative total of 14 days or less) if there is a critical need for their specialized and unique skills. These individuals must, however, be United States citizens or Permanent Resident Aliens. FBI-0006 (U) Contractor Suitability Special Security Requirement (SSR) Access to FBI facilities and information is subject to specific security and suitability requirements. The FBI reserves the right and prerogative to deny and/or restrict facility and information access of any contractor employee determined by the FBI, at any time prior to or during performance, to be unsuitable for access and/or present a risk of compromising sensitive government information to which he or she would have access to under this contract. Contractors will be allotted a reasonable amount of time, determined by the government, to replace the employee found not suitable for contract performance. Failure to replace the employee may result in a no cost termination by the government. FBI-0010 Warrantless Search - Contract Security Requirements from Acquisition Security Unit (ASU) All cleared personnel accessing information within FBI controlled space are required to execute an FBI Form FD 1001 Consent for Warrantless Searches of Department of Justice (DOJ) Workplaces as a condition of working at FBI facilities. The FBI's Director implemented the Attorney General's policy subjecting employees to warrantless physical searches of their offices or immediate workplaces within DOJ premises when authorized by the Attorney General (AG) or the Deputy Attorney General (DAG) based upon a determination that information the Department deems credible indicates that the employee: 1) is, or may be, disclosing classified information in an unauthorized manner; 2) has incurred excessive indebtedness or has acquired a level of affluence that cannot be reasonably explained by other information; 3) had the capability and opportunity to disclose classified information that is believed to have been lost or compromised to a foreign power or an agent of a foreign power; or 4) has repeatedly or significantly mishandled or improperly stored classified information. The search may extend to the entire office or workplace and anything within it that might 15F06720P0000929 Page 11 of 14 hold classified information, including locked containers (such as briefcases) and electronic storage media (such as computer disk and handheld computers), whether owned by the government, by the employee, or by a third party. The search may be conducted by appropriate FBI personnel and/or law enforcement officers, on an announced or unannounced basis, during the workday or after hours. If discovered during a search, evidence of misconduct - whether related to storage or classified information, storage of sensitive but unclassified information, or a crime - will be collected and reported to appropriate authorities. Contractor personnel who will meet the above criteria will be required to sign Form FD 1001 Consent for Warrantless Searches of Department of Justice (DOJ) Workplaces (attached) upon award and forward the executed form(s) to the assigned Contracting Officer's Representative designated in Section G of the solicitation if this is a formal solicitation or listed below. All forms will be retained by the FBI during the period the individual is providing services and two years after that individual's departure before final disposition is taken. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0becc79feba84da79056bcc8d86d192f/view)
 
Place of Performance
Address: Quantico, VA 22135, USA
Zip Code: 22135
Country: USA
 
Record
SN06114055-F 20210829/210827230119 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.