The RFP Database
New business relationships start here

Materials Handling Equipment repairs


District Of Columbia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Date: 03/19/2019
From: Federal Bureau of Investigation/ Facilities Division
Subject: Request for Quotation (RFQ) for FBI National Acquisition Programs Unit
For Material Handling Equipment Repairs
Solicitation Number: DJF-19-2100-PR-0000252


The Federal Bureau of Investigation (FBI) Procurement Section is issuing this Request for Quotation (RFQ) for the purpose of procuring material handling equipment repairs. This is a Total Small Business Set Aside. This RFQ falls under FAR Part 12 and 13.


NAICS Code: 333924, Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
Size Standard: 750 Employees


The period of performance for this requirement will be: 03/27/2019 through 04/26/2019
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 priced.


Clause 52.217-7 Option for Increased Quantity-Separately Priced Line Item has been included in this RFQ. Please see the clause section for details.



Questions To the Contracting Officer Are Due: 03/20/2019 1:00pm EST/EDT


Quotes Must Be Submitted No Later Than 03/21/2019 1:00pm EST/EDT


ALL QUOTES AND QUESTIONS SHALL BE EMAILED TO THE CONTRACTING SPECIALIST AT JSHIETT2@FBI.GOV



1.0 SUPPLIES OR SERVICES AND PRICES
1.1 GENERAL DESCRIPTION


The Finance and Facilities Division has been approved to order these material handling equipment repair service.


2.0 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK
2.1 PURPOSE


The Finance and Facilities Division is acquiring material handling equipment repair services and needs these services as soon as possible.


2.2 BACKGROUND


The FBI Finance and Facilities Division is receiving funding to acquire material handling equipment services. The FBI is required to have these services completed. The FBI requires the services stated in this RFQ as soon as possible and completed within the period of performance listed prior on this document as well as in the attached Statement of Work.


2.3 SCOPE OF WORK


This RFQ is for services. The Statement of Work (SOW), identified in the attachments of this RFQ document, states the services to completed more in detail and must be completed. This work is to be completed within 30 days after receipt of the purchase order.


2.5 TERM OF CONTRACT


• All quotes shall be firm fixed price
• All quotes shall include for location as stated in SOW
• All services shall be completed within the period of performance stated previously and in the SOW.
• By submitting a quote the vendor agrees to all terms and conditions found in this RFQ.


2.6 SERVICES AND PRICES/COSTS


The following abbreviations are used in this price schedule: Firm Fixed Price (FFP)


2.7 TERMS AND CONDITIONS
Incorporated By Reference:
52.212-1 Instructions to Offerors
52.212-4 Contract Terms and Conditions



52.212-2 Evaluation-Commercial Items.
Evaluation-Commercial Items.
As prescribed in 12.301(c), the Contracting Officer may
insert a provision substantially as follows:
EVALUATION-COMMERCIAL ITEMS (OCT 2014)
(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:
___Total Small Business Set Aside ___________________
___Past Performance_______________________________
___Lowest Price Technically Acceptable________________
Technical and past performance, when combined, are
Equal, when compared to 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.
(End of provision)



52.212-5 Contract Terms and Conditions Required To
Implement Statutes or Executive Orders-
Commercial Items.
As prescribed in 12.301(b)(4), insert the following clause:
CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTES OR EXECUTIVE ORDERS-
COMMERCIAL ITEMS (JUN 2016)
(a) The Contractor shall comply with the following Federal
Acquisition Regulation (FAR) clauses, which are incorporated
in this contract by reference, to implement provisions of
law or Executive orders applicable to acquisitions of commercial
items:
(1) 52.209-10, Prohibition on Contracting with Inverted
Domestic Corporations (NOV 2015)
(2) 52.233-3, Protest After Award (AUG 1996)
(31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract
Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19
U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in
this paragraph (b) that the Contracting Officer has indicated as
being incorporated in this contract by reference to implement
provisions of law or Executive orders applicable to acquisitions
of commercial items:
[Contracting Officer check as appropriate.]
__ (1) 52.203-6, Restrictions on Subcontractor Sales to
the Government (SEPT 2006), with Alternate I (OCT 1995)
(41 U.S.C. 4704 and 10 U.S.C. 2402).
__ (2) 52.203-13, Contractor Code of Business Ethics
and Conduct (OCT 2015) (41 U.S.C. 3509)).
__ (3) 52.203-15, Whistleblower Protections under the
American Recovery and Reinvestment Act of 2009
(JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to
contracts funded by the American Recovery and
Reinvestment Act of 2009.)
__ (4) 52.204-10, Reporting Executive Compensation
and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-
282) (31 U.S.C. 6101 note).
__ (5) [Reserved].
__ (6) 52.204-14, Service Contract Reporting
Requirements (JAN 2014) (PUB. L. 111-117, section 743 OF
DIV. C).
__ (7) 52.204-15, Service Contract Reporting
Requirements for Indefinite-Delivery Contracts (JAN 2014)
(PUB. L. 111-117, section 743 OF DIV. C).
__ (8) 52.209-6, Protecting the Government's Interest
When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101
note).
__ (9) 52.209-9, Updates of Publicly Available
Information Regarding Responsibility Matters (JUL 2013) (41
U.S.C. 2313).
__ (10) [Reserved].
__ (11)(i)52.219-3, Notice of HUBZone Set-Aside or
Sole-Source Award (NOV 2011) (15 U.S.C. 657a).
__ (ii) Alternate I (NOV 2011) of 52.219-3.
__ (12)(i)52.219-4, Notice of Price Evaluation Preference
for HUBZone Small Business Concerns (OCT 2014) (if
the offeror elects to waive the preference, it shall so indicate
in its offer) (15 U.S.C. 657a).
__ (ii) Alternate I (JAN 2011) of 52.219-4.
__ (13) [Reserved]
_X_ (14)(i) 52.219-6, Notice of Total Small Business
Set-Aside (NOV 2011) (15 U.S.C. 644).
__ (ii) Alternate I (NOV 2011).
__ (iii) Alternate II (NOV 2011).
__ (15)(i) 52.219-7, Notice of Partial Small Business
Set-Aside (JUNE 2003) (15 U.S.C. 644).
__ (ii) Alternate I (OCT 1995) of 52.219-7.
__ (iii) Alternate II (MAR 2004) of 52.219-7.
__ (16) 52.219-8, Utilization of Small Business
Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)).
__ (17)(i) 52.219-9, Small Business Subcontracting
Plan (OCT 2015) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (OCT 2001) of 52.219-9.
__ (iii) Alternate II (OCT 2001) of 52.219-9.
__ (iv) Alternate III (OCT 2015) of 52.219-9.
__ (18) 52.219-13, Notice of Set-Aside of Orders
(NOV 2011) (15 U.S.C. 644(r)).
__ (19) 52.219-14, Limitations on Subcontracting
(NOV 2011) (15 U.S.C. 637(a)(14)).
__ (20) 52.219-16, Liquidated Damages-Subcontracting
Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)).
__ (21) 52.219-27, Notice of Service-Disabled Veteran-
Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657
f).
__ (22) 52.219-28, Post Award Small Business
Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)).
__ (23) 52.219-29, Notice of Set-Aside for, or Sole
Source Award to, Economically Disadvantaged Women-
Owned Small Business Concerns (DEC 2015) (15 U.S.C.
637(m)).
__ (24) 52.219-30, Notice of Set-Aside for, or Sole
Source Award to, Women-Owned Small Business Concerns
Eligible Under the Women-Owned Small Business Program
(DEC 2015) (15 U.S.C. 637(m)).
_X_ (25) 52.222-3, Convict Labor (JUNE 2003)
(E.O. 11755).
_X_ (26) 52.222-19, Child Labor-Cooperation with
Authorities and Remedies (FEB 2016) (E.O. 13126).
_X_ (27) 52.222-21, Prohibition of Segregated Facilities
(APR 2015).
_X_ (28) 52.222-26, Equal Opportunity (APR 2015)
(E.O. 11246).
_X_ (29) 52.222-35, Equal Opportunity for Veterans
(OCT 2015)(38 U.S.C. 4212).
_X_ (30) 52.222-36, Equal Opportunity for Workers with
Disabilities (JUL 2014) (29 U.S.C. 793).
__ (31) 52.222-37, Employment Reports on Veterans
(FEB 2016) (38 U.S.C. 4212).
__ (32) 52.222-40, Notification of Employee Rights
Under the National Labor Relations Act (DEC 2010) (E.O.
13496).
__ (33)(i) 52.222-50, Combating Trafficking in Persons
(MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).
__ (ii) Alternate I (MAR 2015) of 52.222-50 (22
U.S.C. chapter 78 and E.O. 13627).
__ (34) 52.222-54, Employment Eligibility Verification
(OCT 2015). (Executive Order 12989). (Not applicable to the
acquisition of commercially available off-the-shelf items or
certain other types of commercial items as prescribed in
22.1803.)
__ (35)(i) 52.223-9, Estimate of Percentage of Recovered
Material Content for EPA-Designated Items
(MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable
to the acquisition of commercially available off-the-shelf
items.)
__ (ii) Alternate I (MAY 2008) of 52.223-9
(42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition
of commercially available off-the-shelf items.)
__ (36) 52.223-11, Ozone-Depleting Substances and
High Global Warming Potential Hydrofluorocarbons
(JUN 2016) (E.O. 13693).
__ (37) 52.223-12, Maintenance, Service, Repair, or
Disposal of Refrigeration Equipment and Air Conditioners
(JUN 2016) (E.O. 13693).
__ (38)(i)52.223-13, Acquisition of EPEAT®-Registered
Imaging Equipment (JUN 2014) (E.O.s 13423 and
13514).
__ (ii) Alternate I (OCT 2015) of 52.223-13.
__ (39)(i)52.223-14, Acquisition of EPEAT®-Registered
Televisions (JUN 2014) (E.O.s 13423 and 13514).
__ (ii) Alternate I (JUN 2014) of 52.223-14.
__ (40) 52.223-15, Energy Efficiency in Energy-
Consuming Products (DEC 2007) (42 U.S.C. 8259b).
__ (41)(i) 52.223-16, Acquisition of EPEAT®-
Registered Personal Computer Products (OCT 2015) (E.O.s
13423 and 13514).
__ (ii) Alternate I (JUN 2014) of 52.223-16.
__ (42) 52.223-18, Encouraging Contractor Policies to
Ban Text Messaging While Driving (AUG 2011) (E.O.
13513).
__ (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).
__ (44) 52.223-21, Foams (JUN 2016) (E.O. 13693).
_X_ (45) 52.225-1, Buy American-Supplies
(MAY 2014) (41 U.S.C. chapter 83).
_X_ (46)(i) 52.225-3, Buy American-Free Trade
Agreements-Israeli Trade Act (MAY 2014) (41 U.S.C.
chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19
U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182,
108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-
283, 110-138, 112-41, 112-42, and 112-43.
__ (ii) Alternate I (MAY 2014) of 52.225-3.
__ (iii) Alternate II (MAY 2014) of 52.225-3.
__ (iv) Alternate III (MAY 2014) of 52.225-3.
__ (47) 52.225-5, Trade Agreements (FEB 2016)
(19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
__ (48) 52.225-13, Restrictions on Certain Foreign
Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes
administered by the Office of Foreign Assets Control of the
Department of the Treasury).
__ (49) 52.225-26, Contractors Performing Private
Security Functions Outside the United States (JUL 2013) (Sec-tion 862, as amended, of the National Defense Authorization
Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
__ (50) 52.226-4, Notice of Disaster or Emergency Area
Set-Aside (NOV 2007) (42 U.S.C. 5150).
__ (51) 52.226-5, Restrictions on Subcontracting
Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C.
5150).
__ (52) 52.232-29, Terms for Financing of Purchases of
Commercial Items (FEB 2002) (41 U.S.C. 4505,
10 U.S.C. 2307(f)).
__ (53) 52.232-30, Installment Payments for
Commercial Items (OCT 1995) (41 U.S.C. 4505,
10 U.S.C. 2307(f)).
_X_ (54) 52.232-33, Payment by Electronic Funds
Transfer-System for Award Management (JUL 2013)
(31 U.S.C. 3332).
__ (55) 52.232-34, Payment by Electronic Funds
Transfer-Other than System for Award Management
(JUL 2013) (31 U.S.C. 3332).
__ (56) 52.232-36, Payment by Third Party
(MAY 2014) (31 U.S.C. 3332).
__ (57) 52.239-1, Privacy or Security Safeguards
(AUG 1996) (5 U.S.C. 552a).
__ (58)(i) 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).
__ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in
this paragraph (c), applicable to commercial services, that the
Contracting Officer has indicated as being incorporated in this
contract by reference to implement provisions of law or Executive
orders applicable to acquisitions of commercial items:
[Contracting Officer check as appropriate.]
__ (1) 52.222-17, Nondisplacement of Qualified Workers
(MAY 2014)(E.O. 13495).
__ (2) 52.222-41, Service Contract Labor Standards
(May 2014) (41 U.S.C. chapter 67).
__ (3) 52.222-42, Statement of Equivalent Rates for
Federal Hires (MAY 2014) (29 U.S.C. 206 and
41 U.S.C. chapter 67).
__ (4) 52.222-43, Fair Labor Standards Act and Service
Contract Labor Standards-Price Adjustment (Multiple Year
and Option Contracts) (MAY 2014) (29 U.S.C. 206 and
41 U.S.C. chapter 67).
__ (5) 52.222-44, Fair Labor Standards Act and Service
Contract Labor Standards-Price Adjustment (MAY 2014)
(29 U.S.C. 206 and 41 U.S.C. chapter 67).
__ (6) 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).
__ (7) 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).
__ (8) 52.222-55, Minimum Wages Under Executive
Order 13658 (DEC 2015).
__ (9) 52.226-6, Promoting Excess Food Donation to
Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).
__ (10) 52.237-11, Accepting and Dispensing of $1
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 (OCT 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns
(OCT 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 $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.
(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) 52.222-21, Prohibition of Segregated Facilities
(APR 2015)
(v) 52.222-26, Equal Opportunity (APR 2015)
(E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans
(OCT 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with
Disabilities (JUL 2014) (29 U.S.C. 793).
(viii) 52.222-37, Employment Reports on Veterans
(FEB 2016) (38 U.S.C. 4212)
(ix) 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.
(x) 52.222-41, Service Contract Labor Standards
(MAY 2014) (41 U.S.C. chapter 67).
(xi) __(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).
(xii) 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).
(xiii) 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).
(xiv) 52.222-54, Employment Eligibility Verification
(OCT 2015) (E.O. 12989).
(xv) 52.222-55, Minimum Wages Under Executive
Order 13658 (DEC 2015).
(xvi) 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).
(xvii) 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.
(xviii) 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.
(End of clause)


52.217-7 Option for Increased Quantity-Separately
Priced Line Item.
As prescribed in 17.208(e), insert a clause substantially the
same as the following:
OPTION FOR INCREASED QUANTITY-SEPARATELY
PRICED LINE ITEM (MAR 1989)
The Government may require the delivery of the numbered
line item, identified in the Schedule as an option item, in the
quantity and at the price stated in the Schedule. The Contracting
Officer may exercise the option by written notice to the
Contractor within the current fiscal year (Last Day to Order 9/30/18), Delivery location can change.
Delivery of added items shall continue at the same rate that
like items are called for under the contract, unless the parties
otherwise agree.
(End of clause)


 


 


 


Corporate Representation Regarding Felony Conviction Under Any Federal Law or
Unpaid Delinquent Tax Liability - Solicitation (DEVIATION 2015-02) (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.
(End of Provision)


Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse- Solicitation
(DEVIATION 2015-02) (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.
(End of Provision)



2.8 REQUIREMENTS FOR QUOTE PREPARATION
1. All vendors shall have an Active DUNS number in SAM.GOV.
2. Quote shall be firm fixed price
3. Quote shall be submitted to the Contracting Office by email before closing date and time.


QUOTE SHALL ALSO INCLUDE:
Please be sure the quote clearly indicates the following information:
Company Name
Address
Contact Name
Phone/FAX/Email
GSA Schedule Number if Applicable
GSA Schedule Contract Expiration Date if Applicable
TIN
DUNS
Company Size: Small
Payment Terms: NET 30


2.9 EVALUATION AND AWARD PROCESS
This will be awared based on Lowest Price Technically Acceptable. To be considered technically acceptable the vendor shall quote all required series as stated in the Statement of Work. The award will be based on the firm fixed price quote with NET30 payment terms. All invoices shall be submitted to Central_Invoices@ic.fbi.gov for payment after services have been completed.
2.10 PROCESS SCHEDULE
The FBI anticipates awarding this contract 1 to 2 days after the RFQ closes.
2.11 POINTS OF CONTACT
All questions shall be directed to the Contracting Specialist Jerry Hiett Jr.


U.S. Department of Justice
Federal Bureau of Investigation
National Acquisition Programs Unit
935 Pennsylvania Avenue NW
Washington, DC 20535
202-324-6719



Service POC:
Federal Bureau of Investigation
Attn: Rodney Brockington
935 Pennsylvania Ave NW
Washington, DC 20535
2.12 ATTACHMENTS
1. Statement of Work (SOW)


 


Jerry S. Hiett, Contract Specialist , Phone 2023246719, Email jshiett2@fbi.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP