Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2023 SAM #7926
SOLICITATION NOTICE

D -- Digital Television Services

Notice Date
8/8/2023 4:22:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
ATF WASHINGTON DC 20226 USA
 
ZIP Code
20226
 
Solicitation Number
15A00023Q00000079
 
Response Due
8/9/2023 3:00:00 PM
 
Archive Date
08/24/2023
 
Point of Contact
LaMark Combs, Phone: 2026487649, Sheray Millhouse
 
E-Mail Address
Lamark.Combs@ATF.gov, Sheray.Millhouse@ATF.gov
(Lamark.Combs@ATF.gov, Sheray.Millhouse@ATF.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) has a requirement for digital television services, to include a [DIRECTV] subscription as well as repair and upgrade of its high-end unit.� Please refer to the attached Standard Form (SF) 1449, which includes the embedded Statement of Work, for additional details.� Be sure to complete all fill-in provisions &/or clauses not already completed via SAM (i.e., ATF-50).� This�Open Market, ""BRAND-NAME or EQUAL""�buy, solicitation/request for quotations (RFQ) is for a competitive set-aside for small businesses (SBs) under FAR 13 & FAR 19. QUOTATION INSTRUCTIONS: The vendor shall�email a complete response to this RFQ�to the points of contact displayed in this Notice, to�include�the cost for the equipment, shipping/delivery and�installation, as well as the delivery time, fill-ins for clause #ATF-50, and all applicable price discounts.� Submissions shall not exceed [12] pages and shall be�8 �� x 11��with:�1""�margins;�font style�Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman;�font colors�Black and/or Blue; and�font size�10-14. Illustrations�(e.g., graphic figures,�graphs, and tables)�can�be in�font colors�other than black or blue, and�font sizes�6-12 acceptable, provided the information is legible�via�the computer. �Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. �NOTE: Information�contained outside of�these limitations may not be evaluated. Questions are due Tuesday, 8/8/2023, by 2pm Eastern Standard Time. TERMS AND CONDITIONS: ATF will award to the responsible SB�whose quote is the lowest-price, technically acceptable (LPTA).� While this requirement is set-aside for all SBs,�consideration may be given to Historically-Underutilized Business (HUB) Zones, Women-Owned Small Businesses (WOSBs), Service-Disable-Veteran-Owned SBs (SDVOSBs) and 8(a)s, provided�there are at least two (2) in the same category�that submit a technically-acceptable, reasonable quote. 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/contract within the timeframes specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. The Seller MUST also be registered AND active in the System for Award Management 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 selected vendor must comply with all the provisions and clauses incorporated by reference and in full text.� The full text of the Federal Acquisition Regulation (FAR) one can be viewed�via�https://www.acquisition.gov/far/part-52, and the Justice Acquisition Regulation (JAR) ones can be viewed�via�https://www.acquisition.gov/jar. � There are no additional contract requirement(s) or terms and condition (such as contact financing arrangements or warranty requirements) determined by the Contracting Officer 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://sam.gov/opp/10783dffeea34cb0ae25e6723f13d17e/view)
 
Place of Performance
Address: Washington, DC 20226, USA
Zip Code: 20226
Country: USA
 
Record
SN06780714-F 20230810/230808230056 (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.