DJF192200PR0004419 Diving Supplies and Equipment
Date: 04/29/2019 From: Federal Bureau of Investigation/ Finance Division Subject: Request for Quotation (RFQ) for FBI/CIRG Diving Supplies & Misc Equipment Solicitation Number: DJF-19-2200-PR-0004419 ... Date: 04/29/2019 From: Federal Bureau of Investigation/ Finance Division Subject: Request for Quotation (RFQ) for FBI/CIRG Diving Supplies & Misc Equipment Solicitation Number: DJF-19-2200-PR-0004419 The Federal Bureau of Investigation (FBI) Procurement Section is issuing this Request for Quotation (RFQ) to procure BRAND NAME items to include: Xcel and Fourth Element diving apparel, Seal Line Urban Back pack, DUI Shoot thru Bags and First Spear Holsters. This RFQ falls under FAR Parts 12 and 13. All vendors shall have an active registration within SAM.GOV to do business with the federal government. Failure to be registered and have an active account will result in the vendor being considered not technically acceptable. The vendor's DUNS# shall be submitted with their quote. NAICS code: 423910 Quantity: Various - see Attachment 1. The period of performance for this Purchase Order will be FOB Destination-Shipping/Delivery by June 30, 2019. Contractors interested in competing for this effort may participate by submitting quotes in accordance with the procedures set forth in this RFQ. All quotes shall be firm fixed price. Questions To the Contracting Officer Are Due: 05/01/2019 10:00am EST/EDT Quotes Must Be Submitted No Later Than: 05/08/2019 5:00pm EST/EDT ALL QUESTIONS AND QUOTES SHALL BE EMAILED TO THE CONTRACTING OFFICER AT PFHARE@FBI.GOV 1.0 SUPPLIES OR SERVICES AND PRICES 1.1 GENERAL DESCRIPTION This is an RFQ for: Xcel and Fourth Element diving apparel, Seal Line Urban Back pack, DUI Shoot thru Bags, bag replacements and First Spear Holsters. 2.0 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK N/A. 2.1 PURPOSE The purpose of this RFQ is to obtain quotes for Brand Name Diving Apparel and Equipment. 2.2 BACKGROUND The division has a need for an assortment of brand name maritime apparel and supplies as lifecycle replacements which support maritime operations. 2.3 SCOPE OF WORK N/A 2.4 DELIVERABLES BRAND NAME: (Manufacturer Part numbers are listed in 2.6.1 CLINS) 1) Manufacturer Xcel: 3MM Mens Thermoflex TDC Full Wetsuits Qty. 5 2) Manufacturer Fourth Element : Mens, Thermocline ( Wool) L5 top, Leggings, Hood, Sock) Qty. 1 Each 3) Manufacturer First Spear : Maritime Pistol Holsters -SSV Belt holsters for Glock 17 w/ Surefire X300 light, manatee grey in color with bungee retention, Qty. 90 4) Manufacturer: First Spear: Adaptive holster Platform for SSV Belt holster, manatee grey in color. Qty. 30 5) Manufacturer Seal Line: 30L Urban Waterproof Backpack Qty. 30 6) Manufacturer: DUI Shoot Thru Bags with replaceable ends Qty. 6 Right hand, Qty 2 Left Hand 7) Manufacturer: DUI Replaceable ends for Shoot Thru Bags Qty. 8 Industry Experience: Vendor must provide Brand Name products. Shipping: Vendor must be willing to ship to single location. 2.5 TERM OF CONTRACT • Prices quoted shall be firm fixed price. No price adjustments will be made. • All quotes shall include FOB Destination-Shipping/Delivery to: 1 Range Rd. Quantico VA 22135-0001. • Items needed by June 30, 2019. 2.6 SERVICES AND PRICES/COSTS The following abbreviations are used in this price schedule: CLIN - Contract Line Item Number FFP - Firm Fixed Price 2.6.1 CLINS There are 12 CLINS. See Attached Spreadsheet for Brand Name Manufacturer Part numbers and details. (DJF192200PR0004419 Attachment 1.) FFP GRAND TOTAL CLINS: tiny_mce_marker___________ 2.7 TERMS AND CONDITIONS Incorporated by Reference: 13.106-1 -- Soliciting Competition. (BRAND NAME) 52.212-1 Instructions to Offerors-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: • Price-Lowest Price • Past Performance • Technical-Technically Acceptable Technical and past performance, when combined, are Equal, when compared to past price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2018-O0021) (SEP 2018) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clauses of this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiii)(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.219-6 -- Notice of Total Small Business Set-Aside. (Deviation 2019-O0003) As prescribed in 19.508(c), insert the following clause: Notice of Total Small Business Set-Aside (Nov 2011) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to-- (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).* (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. _X_ (28) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _X_ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). _X_ (30) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X_ (31) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _X_ (32) 52.222-35, Equal Opportunity for Veterans (JUL 2014)(38 U.S.C. 4212). _X_ (33) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). Coin (SEPT 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212) (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (x) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (JUL 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 2.8 REQUIREMENTS FOR QUOTE PREPARATION • All vendors shall have an Active DUNS number in SAM.gov • Quote shall be Firm Fixed Price • Quote shall be submitted to the Contracting Officer by email before the closing date and time Quote shall also include: Company Name, Address, Contact Name, Phone Number, and DUNS. Please specify brand name of component in quote. 2.9 EVALUATION AND AWARD PROCESS This will be awarded based on the Lowest Price Technically Acceptable. The award will be based on the firm fixed price quote with NET30 payment terms. All invoices shall be submitted to central_invoices@fbi.gov for payment after items have been received. All vendors shall have an active DUNS with SAM.gov and quote brand name to the required product. 2.10 PROCESS SCHEDULE The FBI anticipates awarding on dates the quote(s) are received, unless there is not ample funding. However, all quotes shall be good for at least 30 days. Delivery shall occur by June 30 , 2019. 2.11 POINTS OF CONTACT All questions shall be directed to the Contracting Officer: Pamela Hare, pfhare@fbi.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »