Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SPECIAL NOTICE

99 -- VAISALA Logger Calibration and Software Maintenance Agreement

Notice Date
1/17/2020 11:46:04 AM
 
Notice Type
Special Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
FBI-JEH WASHINGTON DC 20535 USA
 
ZIP Code
20535
 
Solicitation Number
DJF200700PR0000402
 
Response Due
1/27/2020 2:00:00 PM
 
Archive Date
01/28/2020
 
Point of Contact
Adelle Bolton, Phone: 2562135014
 
E-Mail Address
albolton@fbi.gov
(albolton@fbi.gov)
 
Description
LEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE PUBLISHED. The Federal Bureau of Investigation (FBI) intends to negotiate a sole source, fixed price contract with VAISALA Inc., 197 S. Taylor Ave., Louisville, CO. 80027-3024, for the purpose of a calibration and maintenance agreement for VAISALA loggers and software. The FBI's Laboratory Division, DNA Support Unit (DSU), DNA Casework Unit (DCU), and the Federal DNA Database Unit (FDDU) procured a temperature monitoring system in 2008 that monitors all temperature critical equipment in the Unit(s).� This system includes temperature monitors as well as the software that performs the monitoring.� In order to ensure the continued efficient operation of this system, yearly maintenance and calibration is needed by a certified VAISALA technician.� Calibration will be performed on the Loggers and Probes throughout the year when they are returned for servicing. The Life Cycle maintenance agreement for CMS software is also included.� Based on market research, and Government end-users, Veriteq is the only manufacture for the probes that are compatible with the existing system being utilized by DCU, DSU and FDDU.� Vaisala is the only authorized company that can provide maintenance and calibration of the existing system and proprietary software.� �� This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) Website (www.beta.sam.gov). Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this acquisition. The North American Classification System Code is 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables.� The FBI intends to negotiate with only one source under the authority of FAR 6.302-1. This notice of intent is not a request for competitive quotations; however, per FAR 5.207(16)(ii) all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� All capability statements or quotes shall be submitted to the Contracting Officer Adelle Bolton by email.� The email address is albolton@fbi.gov� Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Telephone requests will not be considered. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. All responses to this intent to sole source are due to the contracting officer by 05:00 PM EST on January 27, 2020 please.� �� System for Award Management (SAM) Requirement Vendors must be registered in the System for Awards Management (beta.SAM.gov) to receive government contracts. The FBI uses 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, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment. Access to Federal Bureau of Investigation (FBI) Locations Performance under this contract may require access to FBI locations to provide some service, product, or perform some other official function of interest to the FBI. Requirements, as identified below, to include approval by the FBI's Security Division, must be satisfied prior to access. �Contractors who will require escorted access, to include short-term, intermittent, or infrequent access, to an FBI facility must complete an ""Access of Non-FBI Personnel to FBI Facilities, Background Data Information Form,"" (FD 816), a ""Privacy Act of 1974 Acknowledgment Form"" (FD 484) and two Fingerprint Cards (FD 258). Completed and accepted forms should be provided to the assigned Contracting Officer's Technical Representative (COTR) at least 10 business days prior to required access. DJAR-PGD-02-02A Non-U.S. Citizens Prohibited from Access to DOJ Information Technology (IT) Systems The Department of Justice does not permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction. [In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly described.].�� (End of Clause) DJAR-PGD-02-02B Non-U.S. Citizens Prohibited from Access to DOJ Information Technology (IT) Systems The Department of Justice (DOJ) will no longer permit the use of Non-U.S. citizens in the performance of this contract or commitment for any position that involves access to or development of any DOJ IT system. By signing the contract or commitment document, the contractor agrees to this restriction with respect to all new employees utilized directly to perform duties on the contract. Non-U.S. citizens currently employees under this contract or commitment may continue performance unless otherwise directed by the Department of Justice. No new, replacement, or additional Non-U.S. citizens may be added to the contract without the express approval of the Department of Justice. [In those instances where other non-IT requirements contained in the contract or commitment can be met by using Non-U.S. citizens, those requirements shall be clearly described.].�� (End of Clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bb9a9124bd7a491a9a18db8062bae50d/view)
 
Place of Performance
Address: Quantico, VA 22135, USA
Zip Code: 22135
Country: USA
 
Record
SN05537994-F 20200119/200117230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.