Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SPECIAL NOTICE

J -- DJF-21-0700-PR-0000699 - JEOL USA

Notice Date
1/14/2021 1:35:10 PM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FBI-JEH WASHINGTON DC 20535 USA
 
ZIP Code
20535
 
Solicitation Number
DJF-21-0700-PR-0000699
 
Response Due
2/1/2021 2:00:00 PM
 
Archive Date
02/16/2021
 
Point of Contact
Adelle Bolton, Phone: 2562135014
 
E-Mail Address
albolton@fbi.gov
(albolton@fbi.gov)
 
Description
PLEASE 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 Jeol USA, Inc., 11 dearborn Rd., Peabody, MA. 01960 for a Firm Fixed Price, base and 4 option year services contract. The Government intends to negotiate with only one source under the authority of FAR 6.303-1(a)(1).� This notice will be distributed solely through the General Services Administration's Federal Business Opportunities (FBO) Website (www.betasam.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 334516, Analytical Laboratory Instrument Manufacturing and Product Service Code, J066, Maintenance, Repair, and Rebuilding of Equipment-Instruments and Laboratory Equipment.� The Federal Bureau of Investigation (FBI), Laboratory Division (LD), Terrorist Explosive Device Analytical Center (TEDAC), Scientific and Biometrics Analysis Unit (SBAU), utilizes multiple analytical techniques in the exploitation of evidence and requires a service contract for critical instrumentation.� Specific characteristics of the specialized services from JEOL USA that limit the availability to a sole source are the specialized services that are provided by the manufacturer of the system.� To avoid potentially voiding that service contract, a certified service engineer from the manufacturer must perform annual service on the instrument. JEOL USA service engineers are uniquely qualified to troubleshoot and resolve problems experienced by the instrument under contract. �The material or service must be compatible in all aspects (form, fit, and function) with existing systems presently installed. The current equipment is a JEOL JSMIT 300 scanning electron microscope with peripherals, and the new service must coordinate with the existing system by providing timely trouble shooting, replacement parts, consumable parts, and maintenance that are guaranteed and backed by the manufacturer �� Based on market research conducted and contacts made with knowledgeable individuals within the government and related industry, it has been determined that Jeol is the sole factory authorized provider of services and sales in the United States and Canada.� Only factory training and Jeol training center instruction in maintaining Jeol instrumentation are available only to current, certified Jeol service engineers.�� 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, February 01, 2021. 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 the 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 Representative (COR), 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) 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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/01e181604a864a35ba1e3eb325a843f6/view)
 
Place of Performance
Address: Huntsville, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN05892053-F 20210116/210114230105 (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.