Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

L -- Technical support Services for Fingerprint Examiners

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
99 New York Ave., N.E., Washington, DC 20226
 
ZIP Code
20226
 
Solicitation Number
830100000960RQa
 
Response Due
8/12/2010
 
Archive Date
2/8/2011
 
Point of Contact
Name: Vernessa Younger, Title: Contract Specialist, Phone: (202) 648-7535, Fax:
 
E-Mail Address
vernessa.younger@atf.gov;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 830100000960RQa and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 339911 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-08-12 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ammendale, MD 20705 The Bureau of Alcohol, Tobacco & Firearms requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Base Year: Technical Support Services for Fingerprint Examinations (please review SOW for further information. Sellers must bid exact match to SOW and explain the services that will be provided)[POP: 10/01/2010 - 09/30/2011], 12, MO; LI 002, Option Year 1:Technical Support Services for Fingerprint Examinations (please review SOW for further information. Sellers must bid exact match to SOW and explain the services that will be provided)[POP: 10/01/2011 - 09/30/2021], 12, MO; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Alcohol, Tobacco & Firearms intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Alcohol, Tobacco & Firearms is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 10/01/2010 - 09/30/2012. This will be a base year with 1 option year. For Security reasons contractor personnel may not disclose to the media or general public more than the general location of their place of work without specific approval by the Labratory Chief. All potential offerors office location must be within a 50-mile radius of the contractor place of performance which is Ammendale, MD 20705. The work is mostly sedentary; however, mobility between offices is necessary. Carrying packages weighing up to 50 lbs. is required, but no special physical abilities are needed to perform the work. The work is normally conducted in the laboratory and duties involve exposure to known irritants and may require safe handling of carcinogenic or hazardous chemicals/materials. Special safety precautions are required including the wearing and using protective devices such as goggles, dust/mist mask or respirator, gloves, and laboratory coat/smock. Contractors are required to work on an as needed, as available basis, Monday - Friday, up to 8 hours per day, up to 40 hours per week. Normal hours of operation are 8:30 am - 5:00 pm. Generally, the Laboratory Chief and the contractor will agree to a work schedule that meets the needs of the laboratory and the availability of the independent contractor An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Governmen, who submits all required documents by the deadline, ATF will award a firm-fixed price contract based on a best value analysis. The offerors will be rated on the following technical factors: 1) experience in processing evidence thoroughly and effectively to recover latent fingerprints using the processes that are appropriate for a variety of evidence types using the most suitable technique; 2) experience in comparing ink to ink and ink to latent fingerprints and making accurate identifications or eliminations; 3) experience in preparing and processing written materials such as near final accurate and complete draft reports that use appropriate spelling, grammar, and punctuation, and are completed in accordance with ATF guidance; 4) experience in making technical presentations to peers and supervisors when describing technical issues; 5) experience in giving timely results with attentiveness to priorities and completing assigned tasks within established deadlines; 6) experience in conducting and completes assigned tasks with a high level of independence, requiring only minimal guidance; 7) experience in maintaining one-on-one interpersonal business relation with peers, coworkers, supervisor, clients and customers and making use of tact and diplomacy in group situations (e.g. in conducting peer reviews, participating in meetings, conferences and other forums and group activities); 8) certified in the area of fingerprint examination, to include certification by the IAI; and 9) experience in providing technical services without additional technical training. ATF will provide training on non-technical procedures. Price is considered the least important factor. Sellers MUST submit a proposal before the closing of the buy on Thursday, August 12 @ 14:30 EDT. Proposals must include specific as to how the seller can meet the services requested in the SOW. If a proposal is not submitted the bid will be considered 'Non-responsive' and not eligible for award. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. All questions must be submitted before Monday, August 9 @ 11:00 AM EDT. Any questions submitted after this time will NOT be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/830100000960RQa/listing.html)
 
Place of Performance
Address: Ammendale, MD 20705
Zip Code: 20705
 
Record
SN02230001-W 20100807/100805235217-ec757e8f19835d6c11836456622e27ba (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.