Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:DJF210700PR0003602
THIS NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY, AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. THIS IS A SOLE-SOURCE REQUIREMENT. The Office of Federal Procurement Policy Act requires contractin...
THIS NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY, AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. THIS IS A SOLE-SOURCE REQUIREMENT. The Office of Federal Procurement Policy Act requires contracting officers to disseminate information on proposed contracts actions expected to exceed $15,000.00, but not expected to exceed $25,000.00, by displaying the information in a public place. The Federal Bureau of Investigation (FBI) intends to award a sole-source, one-time, firm-fixed price purchase order to: Technical Maintenance, Inc. (TMI), 12530 Telecom Drive, Temple Terrace, Florida, 33637 for on-site calibration services of laboratory equipment at the Redstone Arsenal, Alabama. The FBI’s Laboratory Division (LD), TEDAC Section requires their laboratory equipment to be calibrated and maintained in accordance to manufacturer specifications. Instrument calibration is one of the primary processes used to maintain instrument accuracy. LD Forensic Examiners and Technicians rely on laboratory equipment to provide reliable and reproducible results. TMI has a Certificate of Accreditation from the ANSI National Accreditation Board and fulfills the requirements of ISO/IEC 17025:2017 in the field(s) of Calibration and Dimensional Measurement. This Accreditation meets the requirements of the FBI’s Laboratory Quality System. TMI has a full-service NIST traceable calibration laboratory located in Huntsville, Alabama. TMI is a woman-owned small business concern. The North American Classification System Code (NAICS) is 811219, Other Electronic and Precision Equipment Repair and Maintenance. Vendors must be registered in the System for Awards Management (https://sam.gov/SAM/) to receive Government contracts. The FBI intends to negotiate with only one source under the authority of FAR 6.302-1. Interested parties may identify their interests and capability to respond to this requirement by May 16, 2021 at 10:00 AM, (EST). Emailed responses will only be considered. No phone calls. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Responses shall include the firm’s Dun and Bradstreet number and their Business Size. Information received will be considered solely for the purpose of whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed award upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.