MODIFICATION
J -- DNA Analysis Laboratory Instrumentation Maintenance
- Notice Date
- 6/20/2024 7:00:44 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- ATF WASHINGTON DC 20226 USA
- ZIP Code
- 20226
- Solicitation Number
- 15A00024R00000079
- Response Due
- 7/3/2024 6:00:00 AM
- Archive Date
- 07/18/2024
- Point of Contact
- Brian Palmer
- E-Mail Address
-
brian.palmer@atf.gov
(brian.palmer@atf.gov)
- Description
- 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 proposals are being requested. Another written solicitation will not be issued. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13.5� Simplified Procedures for Certain Commercial Products and Commercial Services; and FAR Part 12�Acquisition of Commercial Items and is to exceed the simplified acquisition threshold. The solicitation number is 15A00024R00000079�and the solicitation is issued as a request for proposal (RFP). This RFP document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, effective 04/22/2024. The associated NAICS code is 811210 � Electronic and Precision Equipment Repair and Maintenance and the size standard in millions of dollars is $34.0 million. This requirement is competitive with no set-aside restrictions. The Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF) is a law enforcement agency within the Department of Justice (DOJ).� ATF�s mission is to reduce violent crime and to protect the public.� ATF enforces Federal laws and regulations relating to alcohol, tobacco, firearms, explosives, and arson.� The Office of Laboratory Services provides analytical and advisory services on matters of a scientific nature in support of ATF�s mission.� There are currently two (2) forensic science laboratories within Laboratory Services which include the Forensic Science Laboratory-Atlanta (FSL-A) and the Forensic Science Laboratory-Washington (FSL-W).� This request is for maintenance services for DNA analysis instrumentation.� The proposed service fulfills an ongoing need for FSL-W to maintain instruments used in forensic casework.� This instrumentation is required to conduct specific laboratory examinations vital to ATF criminal investigations.� Instrument downtime must be kept to an absolute minimum to continue the effective and efficient processing of DNA evidence related to ATF criminal investigations.� Given the large backlog in DNA analysis, and the importance of DNA results to ATF investigations, any extended instrument downtime would cause a considerable delay in processing casework samples, significantly reducing the ATF Laboratory�s ability to support criminal investigations. Additional requirements are documented in the Performance Work Statement and attached documents.� Please read all attachments carefully when submitting your response.� Any proposal responses that do not meet the minimum requirements of the PWS will not be considered for award.� This acquisition is conducted as competitive for a commercial item or service and is conducted pursuant to FAR13.501(a). ATF will award to the responsible firm whose proposal conforming to the RFP will be the most advantageous/best value using the Lowest-Price-Technically-Acceptable (LPTA) method. ATF may review the past performance/delivery of the seller to help determine its technical capability. Offerors 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. OPEN MARKET Quotes should be submitted via email to brian.palmer@atf.gov by the Close of this RFP, 09:00am EDT, Wednesday, 07/03/2024. The RFP # (15A00024R00000079) must be clearly displayed on the Proposal and in the Subject of the email. Proposals MUST be good for 30 calendar days after the close of the RFP and should be submitted in Good-Faith in order to be responsive.� 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/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3a637198d717463aaf203df0555c6803/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN07102333-F 20240622/240620230106 (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 |