Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:RFQ0001726
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...
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 no 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 Request for Quote (RFQ) number is RFQ0001726 and is being conducted as a 100% small business set-aside. The NAICS code for this requirement is 811219 - Other Electronic and Precision Equipment Repair and Maintenance; the size standard is $22M. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2022-06. This requirement will be awarded on an all or none basis as a commercial item, fixed price contract under the procedures at FAR Parts 12 and 13. The Federal Bureau of Investigation has 891 radiological detection and monitoring instruments that require annual calibration. To ensure proper functioning and accuracy, these items must be calibrated annually. It is imperative that the equipment be maintained in a high state of readiness and is always in calibration. The resulting contract will contain a repair line outside the maintenance/calibration contract. The Federal Bureau of Investigation requires a 5-year Calibration/Maintenance Contract. Please see attached RFQ document for required services and procedures, Statement of Work, and Pricing Sheet. FOB Destination: FBI Operational Response Center, 1000 Falls Run Drive, Fredericksburg, VA 22406. The Contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Government's rights with regard to the other terms and conditions of this contraact. The warranty period shall begin upon final acceptance of all items provided to the Government by the Contractor. Quotes/Pricing data shall be submitted via e-mail only to Keri Matthews at KCMatthews@fbi.gov no later than Wednesday, May 25, 2022 at 9:00am CST. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, if will not be considered. Telephone requests will not be considered. No questions will be answered over the telephone. Effective July 29, 2012, all vendors must be registered in SAM.gov to receive Government contracts. The FBI utilizes 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, UEI, 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. The FBI requires vendors to submit invoices and supporting documentation electronically through the Invoice Processing Platform (IPP). IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service (Treasury) in partnership with the Federal Reserve Bank of St. Louis (FRSTL). IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency. To learn more about IPP, please visit IPP.gov. Important Dates: Questions due: 9:00am CST, May 23, 2022 Quotes due: 9:00am CST, May 25, 2022 Contract Start Date: July 1, 2022