Camera Supplies BPA
RFQ 0001297 PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the forma... RFQ 0001297 PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The solicitation number is RFQ0001297 and is issued as a Request for Quote (RFQ). This RFQ is being conducted as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this requirement is 333316 Photographic and Photocopying Equipment Manufacturing; the size standard is 1000 employees. The resultant contract will be a firm-fixed price, single award, Blanket Purchase Agreement (BPA) contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. This requirement will be awarded on an all or none basis as a commercial item, fixed price blanket purchase agreement under the procedures at FAR Parts 12 and 13. 1.0 Supplies or Service The FBI intends to establish a BPA for photographic supplies for its photographic operations. The BPA is anticipated to begin February 28, 2019 through September 30, 2019. The anticipated ceiling for this BPA contract is $85,000.00. The Government will order supplies as needed during the period of performance of this contract. The products and quantities listed on the attachment 1, Pricing Template are estimates only and will not guarantee purchases by this contract. The items listed are anticipated to be the primary supplies necessary to perform the contract. Other supplies may be added if applicable and necessary under the contract. • As items become obsolete the FBI reserves the right to replace the item(s) at any time with technically acceptable item. Changes can only be made by in writing by the Contracting Officer. • If the vendor/manufacturer offers a promotion at a price that is lower than the price established in the BPA contract the FBI shall receive the lower promotional price as long as the order is placed during the promotional period. • All unit prices shall include the cost of shipping. • All call orders issued will be priced in accordance with Attachment 1 Pricing Template. In order to be considered for award the offeror must be an Authorized Nikon Dealer and offer all of the required supplies to the exact specification listed in the Attachment I, Pricing Template. All lenses and camera bodies must be Brand Name only, Nikon, Inc. All other supplies must be Brand Name or Equal. 1.1 Shipping Requirement All deliveries under this order shall be FOB destination. 1.2 Delivery Requirement All items will be shipped to: Federal Bureau of Investigation 2501 Investigation Parkway Quantico, VA 22135 The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. 2.0 Quote Requirements ? New Equipment only will be accepted for this procurement. ? Quote must be valid for 60 days from closing of posting. Please include in your quote: pricing and product description for each line item listed above. Quote may be sent via your company's standard quotation form but must include the completed Pricing Template and the following information: Tax ID #, DUNS #, Point of Contact with Email and telephone information. 2.1 Question Submission Interested offerors must submit any questions concerning the solicitation no later than Tuesday, February 5, 2019 at 12:00 PM (Eastern). Questions may be submitted to the attention of Kemper Wood at KNWood@fbi.gov. 2.2 Quote Submittal Quotes shall be submitted by email to Kemper Wood, Contract Specialist, KNWood@fbi.gov, no later than Monday, February 11, 2019 at 12:00 PM (Eastern). Quotes shall be clearly marked RFQ0001297. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone. Offers must be valid for 30 calendar days after submission. 3.0 Terms and Conditions The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition; FAR 52.211-6 Brand Name or Equal, FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) Award will be made to the Lowest Price-Technically Acceptable Offeror, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52-219-6, 52-219-8, 52-219-28, 52.222-3, 52-222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 552.223-18, 52.222-54, 52.232-33, 52.225-13. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability-Solicitation (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 (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. 3.1 System for Award Management (SAM) Requirement Note: Ensure your firm is registered in System for Award Management (SAM) - All vendors must be registered in SAM, effective July 29, 2012, to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM Data, the information contained in SAM may override our current information. 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 to your organization. 3.2 Invoicing Requirements A Monthly Summary Invoice Submittal will be required to eliminate the administrative burden on the contractor and the Government. Invoices shall be submitted as a batch no more than once a month. 3.3 Requirements for Procurement of Critical Assets Every effort must be made to ensure that supplies are provided and integrated and services are performed using sound security components, practices, and procedures. Acquisition of supplies or services from concerns under Foreign Ownership, Control, or Influence (FOCI) or of supplies developed, manufactured, maintained, or modified by concerns under FOCI (any or all of which shall be referred to herein as "Use of FOCI source") is of serious concern and must be approved prior to contract award. Approval decisions will be made on a case by case basis after the source or technology has been identified by the Offeror and subjected to a risk assessment. The risk assessment process will vary depending on the acquisition type and proposed use of a FOCI source, available risk mitigation measures, and the information/justification provided by the Offeror. Any Offeror responding to this Request for Proposal (RFP), Request for Quotation (RFQ), or Sealed Bid acknowledges the Government's requirements to secure services or equipment from firms which are not under Foreign Ownership, Control, or Influence (FOCI), or where any FOCI, in the opinion of the Government, adversely impacts on National Security or security requirements. The Offeror understands and agrees that the Government retains the right to reject any response to this RFP, RFQ, or Sealed Bid made by the Offeror, without any further recourse by or explanation to the Offeror, if the FOCI for that Offeror is determined by the Government to be an unacceptable security risk. Risk assessments will be on a case by case basis and will be used to determine whether the use of a FOCI source poses an unacceptable security risk. If an unacceptable security risk is determined, the Government retains the right to reject the use of a FOCI source or to require that certain risk mitigation measures be taken by the contractor. Similarly, the Government retains the unilateral right to approve the use of a FOCI source when the risk assessment indicates that such use would be in the Governments' best interests. If the use of a FOCI source is not approved, no classified information will be disclosed to the Offeror as part of the Government's rationale for non approval. The Offeror (prime and subs) may not seek reimbursement from the Government for any costs associated with responding to this RFP, RFQ, or Sealed Bid, as a result of a FOCI non approval decision. (End of Clause) 4.0 Evaluation Factors Award will be made to the lowest price/technically acceptable offeror. Justification and Approval available upon request.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »