Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SPECIAL NOTICE

30 -- Notice of Intent - Renewal of Annual Maintenance/Service Agreement

Notice Date
9/7/2012
 
Notice Type
Special Notice
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
 
ZIP Code
20226
 
Solicitation Number
DJA12RFQ0037
 
Archive Date
10/4/2012
 
Point of Contact
Frankie Murphy, Phone: 202-648-7598
 
E-Mail Address
frankie.murphy@atf.gov
(frankie.murphy@atf.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. The solicitation number associated with this combined Synopsis/Solicitation is DJA12RFQ0037. The NAICS code for this requirement is 335122. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) intends to negotiate and award a sole-source Firm Fixed Price (FFP) purchase order to American Power Conversion (APC) Corporation (Lee Technologies, Subsidiary of Schneider Electric), 12150 Monument Drive, Suite 150, Fairfax, VA 22033. This requirement is for the Annual Renewal of the Service and Maintenance Agreement in that the contractor shall provide ATF's Realty and Building Operations Branch maintenance service on the Agency's Five (5) Uninterrupted Power Supply systems located at the Headquarters Building. Market research for this requirement dictated that APC is the only contractor to provide the required services. The proposed purchase order is for maintenance services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent is not a request for competitive quotes. However, interested parties who feel they may be able to provide the service may submit a proposal to the Contract Specialist. A determination by the Government not to compete the proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The anticipated award date is September 21, 2012. The period of performance of the service agreement is September 24, 2012 through September 23, 2013. The provisions at FAR 52.212-1, Instruction to Offerors - Commercial Items and FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. An award will be made to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Experience, Past Performance and price (Descending order of relative importance). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this acquisition. All offerors must include a completed annual representations and certifications for commercial items or certify that annual representations and certifications have been completed via the online website at https://sam.gov. Prospective vendors must be actively registered with the Central Contractor Registration (CCR) website at https://sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The offeror must have a current profile in the Online Representations and Certifications (https://sam.gov) prior to award. The above referenced FAR clauses and provisions may be accessed via the World Wide Web at www.acquisition.gov/far. Additionally, the following Bureau of Alcohol, Tobacco, Firearms and Explosives Acquisition Regulation Clause(s) will be incorporated in full text in the resulting contract: ATF 14, Electronic Invoicing; ATF 17, Notice to the Government of Delays and; ATF 19, Authority to obligate the Government. All questions regarding this solicitation must be submitted in writing and sent via email to Frankie M. Murphy at Frankie.murphy@atf.gov and must reference the solicitation number. All questions must be received by 12:00p.m. Eastern Time on September 12, 2012. Questions received after the stated time will not be addressed. Telephonic requests or inquiries will not be accepted. All quotations must be submitted via email to Frankie M. Murphy at Frankie.murphy@atf.gov. All quotations must be received by 10:00a.m. Eastern Time on September 14, 2012, and must reference the solicitation number. Quotations received after the stated time will not be accepted. All quotes shall include the following contractor administrative data: (1) Commercial and Government Entity (CAGE) Code and; (2) Data Universal Numbering Systems (DUNS).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA12RFQ0037/listing.html)
 
Place of Performance
Address: ATF Headquarters, 99 New York Avenue, NE, Washington, District of Columbia, 20226, United States
Zip Code: 20226
 
Record
SN02873741-W 20120909/120908002303-d077325e4f4b6f31162b7e1ed587d805 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.