Trade Leads

Computer and Electronic Product Manufacturing Needed
Alarm, signal & security detection equipment NAICS Code: 334 -- Computer and Electronic Product Manufacturing/334290 -- Other Communications Equipment Manufacturing PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE PUBLISHED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 issues. 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 award will be made. The solicitations number is DJF-16-1200-R-000107B and is issued as a Request for Quote (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 Other Communications Equipment Manufacturing, with a small business size standard of 750.00 employees. This requirement is a 100% Small Business Set-Aside. Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a quote for this effort. The resultant contract will be a Firm-Fixed Price (FFP) contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-84. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. Technical Requirements: The FBI has a requirement for the following items, Brand Name only, for Access Control Equipment for the new FBI Terrorist Explosive Device Analytical Center (TEDAC) buildings located in Redstone Arsenal, AL. The equipment includes the following: Access Control Controller, Scrambleprox keypads - both inside and outside units, mounting boxes, power supplies, and associate installation equipment, as per attached parts list file. Shipping: All deliveries under this order shall be FOB destination. Delivery requirements: All items will be shipped to: Federal Bureau of Investigation 4940 Fowler Road Redstone Arsenal, AL 35899 New equipment only, no grey market or refurbished products will be accepted. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The vendor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Government rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the Government by the vendor. FAR clauses and provision applicable to this acquisition can be obtained from the website http://www.acqnet.gov Questions: Interested Offerors must submit any questions concerning this solicitation at the earliest time possible to enable the Buyer to respond. Questions may be submitted to the attention of Eliana York at Eliana.york@ic.fbi.gov no later than 5:00 PM EST, Monday 2 May, 2016. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.211-6 Brand name or Equal (AUG 1999), FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015), FAR 52.212-2 Evaluation - Commercial Items (OCT 2014). The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2016). FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (MAR 2016) will apply: (a); (b); 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.232-33, 52.222-42. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by e-mail to Eliana York, Contracting Officer, at Eliana.york@ic.fbi.gov, no later than 5:00 PM EST, Thursday, 5 May, 2016. Quotes shall be clearly marked RFQ DJF-16-1200-R-000107B. Offerors are hereby notified that if quotes are not received by the date, time and location specified in this announcement, they will not be considered. Telephone requests will not be allowed. All offers must be valid for 60 calendar days from the closing date for this solicitation. Quotes must include pricing and product description for each line item listed in the attachment. Quotes may be sent via company standard quotation form but must include the following information: Tax ID#, DUNS#, Cage Code #, Point of Contact with e-mail address and telephone information. Evaluation factors: Award will be made to the lowest price, technically acceptable Offeror. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. The FBI is utilizing a new financial system that has a direct interface with SAM. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override the Bureau current information. The Offeror's information in SAM must be updated and accurate, and shall include Tax ID#, EFT, DUNS#, address and contact information. The EFT banking information on file in SAM will be used to process payment to vendors. Contracting Office Address: 935 Pennsylvania Avenue, N.W. Washington, District of Columbia 20535 United States Primary Point of Contact.: eliana york eliana.york@ic.fbi.gov Phone: 7036328067
https://globalcontactinternational.wordpress.com/2016/04/28/computer-and-electronic-product-manufacturing-needed-23/