VOD/Data Recorders & Accessories
Agency: | JUSTICE, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159352856924049 |
Posted Date: | Aug 21, 2023 |
Due Date: | Aug 25, 2023 |
Solicitation No: | DJA-23-AEET-PR-0396 |
Source: | https://sam.gov/opp/f274d0bb86... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Aug 21, 2023 11:40 am EDT
- Original Date Offers Due: Aug 25, 2023 02:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 30, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 1370 - PYROTECHNICS
-
NAICS Code:
- 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
-
Place of Performance:
Redstone Arsenal , AL 35898USA
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation for which quotations are being requested. Another written solicitation will not be issued.
This Request for Quotation (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 (06/02/2023), effective June 2, 2023.
This will be a Small Business Set-aside RFQ under NAICS code 334513 with small business size standard of 750 employees.
This requirement is to provide the following:
CLIN 0001: DataTrap II Data/VOD Recorder (SKU: 1-04-01): Qty (1) each.
CLIN 0002: DataTrap II VOD Upgrade (SKU: 1-04-03): Qty (1) each.
CLIN 0003: DataTrap II Enhanced Memory Upgrade from 128MD to 256MB (SKU: 1-04-04): Qty (1) each.
CLIN 0004: DataTrap II Maximum Memory Upgrade from 256MB to 512MB (SKU: 1-04-05): Qty (1) each.
CLIN 0005: PWT Portable Wireless Triger (SKU: 1-51-01): Qty (1) each.
CLIN 0006: PWT Portable Wireless Trigger Additional Receiver (SKU: 1-51-03): Qty (3) each.
CLIN 0007: Blast Pressure Pencil Probe Mounting Clamp (SKU: 1-13-02): Qty (1) each.
CLIN 0008: VOD Proberod (0/9 m long, 25 ea.) (SKU: 1-05-01): Qty (1) package.
CLIN 0009: VOD Proberod-HS (0.9 m ling25 ea., HT n/a) (SKU: 1-05-11A) Qty (1) package.
CLIN 0010: VOD Proberod-HR (0.3 m long, 25 ea.) (SKU: 1-05-08) Qty (1) package.
CLIN 0011: VOD Proberod-HR/HS (0.3 m ling, 25 ea.) (SKU: 1-05-09) Qty (1) package.
CLIN 0012: VOD Proberod-OS (0.9 m long, 25 ea.) (SKU: 1-05-20) Qty (1) package.
CLIN 0013: DAS Data Acquisition Suite Advanced Edition Software (1 License) (SKU: 1-08-03) Qty (1) each.
CLIN 0014: Shipping Charges
THE PAGE LIMITATION FOR QUOTATION RESPONSES IS 15 PAGES.
Vendors MUST be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7.
ATF will award a single purchase order to the responsible firm whose quote conforms to the RFQ and will be the most advantageous based on evaluation of technical capability and price in accordance with FAR 13 procedures. ATF may review the past performance/delivery of the seller to help determine its technical capability. The quote shall be submitted as a firm fixed price.
The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 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 selected vendor must also comply with FAR 52.203-18, 52.209-11, and 52.211-6. The full text of these clauses may be viewed via https://www.acquisition.gov/far/.
Additional ATF local clauses may be included in the award.
Offerors must complete Attachment A – ATF-50 Clause and FAR Clause 52.204-26 and return with their quote.
All questions regarding this solicitation must be submitted in writing and sent via email to Brian Wilkins at Brian.Wilkins@atf.gov and must reference the solicitation DJA-23-AEET-PR-0396. All questions must be received by 1:00PM EST on August 23, 2023. Questions received after the stated time may not be addressed. Telephonic requests or inquiries will not be accepted. All quotes shall be submitted via email to Brian.Wilkins@atf.gov NO US-MAIL. All quotes must be received by 2:00PM EST on August 25, 2023. Quotes received after the stated time may not be accepted.
- ATF ACQUISITIONS OFFICE 99 NEW YORK AVE
- WASHINGTON , DC 20226
- USA
- Brian Wilkins
- Brian.Wilkins@atf.gov
- Phone Number 2026489120
- Fax Number 2026489654
- Aug 21, 2023 11:40 am EDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.