Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

59 -- UltraKit+TD3 Kit - RFQ0005603

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
RFQ0005603
 
Archive Date
8/4/2016
 
Point of Contact
Keri Matthews, Phone: 7039853037
 
E-Mail Address
keri.matthews@ic.fbi.gov
(keri.matthews@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1B Attachment 1A RFQ0005603 RFQ0005603 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 RFQ0005603 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118-Computer Terminal and Other Computer Peripheral Equipment. This requirement is unrestricted due to the Non-Manufacturer Rule. The Federal Bureau of Investigation requests open market pricing for Tableau brand name only. Only these products will be accepted due to compatibility compliance within an existing inventory and training purposes. Each line item must contain all technical specifications included. If these descriptive(s) are not included in the submitted quote, the quote shall be considered "unresponsive". 1.0 Supplies or Services Line Quantity Manufacturer Part Number Description 1 30 (ea) Tableau W3901 UltraKit + TD3 Kit Including: • UltraBlock II eSATA to IDE/SATA (read only) • UltraBlock II eSATA to IDE/SATA (read write) • UltraBlock USB 3.0 to 3.0 • UltraBlock Forensic Card Reader • UltraBlock Power Supplies (Qty 2) • Molex M/M Drive Power Cables (Qty 2) • SATA Drive Power Cable (Qty 2) • 8" IDE Interface Cable (Qty 3) • 2" IDE Interface Cable (Qty 1) • SATA Interface Cable (Qty 3) • eSATA to eSATA Cable (Qty 2) • FireWire B (9 pin-9 pin) Cables (Qty 2) • FireWire A (6 pin-6 pin) Cable (Qty 1) • FireWire A (4 pin-9 pin) Adapter (Qty 1) • FireWire A (6 pin-9 pin) Adapter (Qty 1) • USB A to Mini 5 pin Cables (Qty 2) • 1.8" Hard Drive Adapter (Qty 1) • 2.5" Hard Drive Adapter (Qty 1) • ZIF Hard Drive Adapter (Qty 1) • LIF Hard Drive Adapter (Qty 1) • MicroSATA Adapter (Qty 1) • Forensic Duplicator TD3 • TD3 Storage Brick • IDE Protocol Module for TD3 • USB 3.0 Protocol Module for TD3 • Power Supply for TD3 • 3M to Molex Power (Qty 1) • 3M and SAS Signal + Power Cable (Qty 1) • 3M to SATA Power (Qty 1) • USB 3.0 A to B Cable 18" (Qty 1) • USB 3.0 A to B Cable 6' (Qty 1) • SATA Extension Cable 18" (Qty 1) • Pelican Hard-sided 1560 case with custom foam 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 Engineering Research Facility Bldg 27958-A Quantico, VA 22135 2.0 Quote Requirement  New Equipment only will be accepted for this procurement.  Vendors must be an authorized Tableau reseller.  Vendor must provide evidence that they are authorized to administer licensing and support of Tableau products (i.e. certificate, authorization letter). If documentation is not included in submitted bid, quote shall be considered unresponsive.  Quote must be valid for 90 days from closing of posting.  Delivery must be made within 45 days or less after Receipt of Order (ARO). 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 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 at the earliest time possible to enable the Buyer to respond. Questions may be submitted to the attention of Keri Matthews at keri.matthews@ic.fbi.gov, no later than Tuesday, July 19, 2016 at 1:00 PM (Eastern). 2.2 Quote Submittal Quotes must be received by Wednesday, July 20, 2016 at 3:00 PM (Eastern). Quotation/offer and any accompanying information may be e-mailed to keri.matthews@ic.fbi.gov. Offers must be valid for 90 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 52.212-3, 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 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. 4.0 Evaluation Factors Award will be made to the lowest price/technically acceptable offeror. * A Justification and Approval (J&A) supporting this procurement is available upon request.*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ0005603/listing.html)
 
Record
SN04179747-W 20160714/160712235251-5a1f5f2ba46230256067c1c33e62e00e (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.