Alabama Bids > Bid Detail

NOI Peak Scientific

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159804432342147
Posted Date: Mar 13, 2023
Due Date: Mar 30, 2023
Solicitation No: 15F06723Q0000073
Source: https://sam.gov/opp/bd49f19ae9...
Follow
NOI Peak Scientific
Active
Contract Opportunity
Notice ID
15F06723Q0000073
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL BUREAU OF INVESTIGATION
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 13, 2023 01:10 pm EDT
  • Original Response Date: Mar 30, 2023 05:01 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
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 Peak Scientific Inc., 19 Sterling Rd Suit #1, Billerica, MA. 01862, for the purpose of procuring a service contract for four ultra-pure gas generators providing nitrogen and compressed air to analytical instrumentation used by Scientific and Biometric Analysis Unit.



The FBI’s Laboratory Division (LD), Terrorist Explosive Device Analytical Center (TEDAC), requires the purchase of specialized services from Peak Scientific Inc. Service will be performed on both nitrogen and clean compressed air generators manufactured by Peak Scientific Inc. Oil-free ultra-pure gas generators are specialized equipment that requires unique parts and qualified technicians to service and repair. Based on market research performed by the customer, it has been determined that Peak Scientific Inc. is the sole manufacturer of name brand parts and service contracts for Peak Scientific generators currently being utilized by the FBI LD, TEDAC. Due to the special configurations, Peak Scientific Inc. was found to be the only company authorized and capable of providing the appropriate and required repair and maintenance, part replacement, or upgrades needed while maintaining the purity guarantees.



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 335312, Motor and Generator Manufacturing.



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, Travis Haefler by email. The email address is thaefler@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 responses 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 09:00 AM EST on March 30, 2023, 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 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.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 13, 2023 01:10 pm EDTSpecial Notice (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.

Start Free Trial Today >