West Virginia Bids > Bid Detail

CASE MINOTAUR™ DL550, name brand or equal capacity

Agency: JUSTICE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159011594175729
Posted Date: Aug 2, 2023
Due Date: Aug 8, 2023
Solicitation No: DJF-23-0100-PR-0002175
Source: https://sam.gov/opp/b63ec1c10c...
Follow
CASE MINOTAUR™ DL550, name brand or equal capacity
Active
Contract Opportunity
Notice ID
DJF-23-0100-PR-0002175
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL BUREAU OF INVESTIGATION
Office
FBI - REDSTONE ARSENAL
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 02, 2023 02:33 pm EDT
  • Original Date Offers Due: Aug 08, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3805 - EARTH MOVING AND EXCAVATING EQUIPMENT
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Clarksburg , WV 26306
    USA
Description

Date: 08/26/2023



This is a combined synopsis/solicitation for a commercial item 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/quotations are being requested. The solicitation number is DJF-23-0100-PR-0002175 and is being issued as a Request for Quote (RFQ). The award will be made to the lowest priced, technically acceptable offeror under NAICS 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. This is a total Small Business set-aside with a size standard of $35 Million.



The Federal Bureau of Investigation requests a discounted price quote for one (1) NEW CASE MINOTAUR™ DL550, name brand or equal capacity, that meets the salient characteristics outlined below and delivered to the FBI CJIS in Clarksburg, WV.



All products must be new, unused inventory. No used or remanufactured products will be accepted.



Salient Characteristics/Minimum Machine Specifications



Compact Dozer/Skid Steer



5,500 Pound Operating Load @ 50% Tipping





ENGINE




  • 4-cylinder,

  • Tier IV FINAL emissions certified

  • Hydraulically driven reversible fan





ELECTRICAL




  • 12-volt low-maintenance

  • Minimum 145-amp alternator

  • No maintenance 950 CCA battery

  • Master electrical disconnect

  • Jump start terminal





HYDROSTATIC TRANSMISSION




  • Hydrostatic pump drive system

  • High range minimum travel speed: 5.9 mph (steel tracks)





UNDERCARRIAGE (EQUIPPED WITH STEEL TRACKS)




  • (2) Idlers / (6) Rollers per side permanently sealed

  • Over the track width: 74.6 inches (14 in steel tracks)

  • Maximum Track width: 14 inches

  • Minimum length of track on ground: 66 inches (steel tracks)

  • Track frame cover that is tapered

  • Sealed and Lubricated Track Chain (SALT)





HYDRAULICS




  • Standard equipment pump with rated flow at 24.2 gallons per minute @ 3,450 psi

  • High flow auxiliary pump with rated combined flow at 41.6 gallons per minute

  • High flow auxiliary pump with maximum rated pressure at 4,100 psi

  • 4 spool loader control valve

  • Auxiliary hydraulic disconnects, ISO flat-face connect-under-pressure with case drain

  • Loader arm-mounted ISO flat-face connections

  • Auxiliary function lockout override

  • Loader function lockout system

  • Loader lift lockout override

  • Loader arm float position

  • Auxiliary flow control within the display inside the cab





BLADE, REAR RIPPER AND PRECISION GUIDANCE FEATURES




  • 96-inch width 6-way Power-Angle-Tilt (PAT) dozer blade

  • Removable integrated C-Frame dozer blade connect system

  • Integral variable pitch adjustment tool for the dozer blade: 52° to 60°

  • Optional 5 position rear ripper with 3 shanks

  • Blade Guidance Ready





LOADER AND LINKAGE FEATURES




  • Loader arms shall be a vertical lift design geometry

  • Dual bucket cylinders with cylinder guards

  • Loader lift arm support pin

  • Hydraulic one-way self-leveling

  • High flow auxiliary hydraulics

  • Hydraulic attachment coupler

  • Auto Ride Control (speed adjustable)

  • EHF Interlock wire Harness Kit Installed





BUCKET




  • Loader bucket shall have a heavy-duty design

  • 84" width bucket with minimum 33 cubic foot heaped capacity





OPERATOR ENVIRONMENT




  • Operator compartment shall be accessible from the front of the machine

  • ROPS/FOPS level 1 canopy with side screens

  • Economy Mode (auto idle shutdown)

  • Enclosed cab with heater and air conditioning

  • Controls lockout system

  • Tilt ROPS/FOPS

  • ISO or DOZER pattern switchable electric over hydraulic programmable controls

  • Single lever

  • 16 virtual speeds in dozer mode

  • Floor cleanout panel

  • Rear window with emergency escape

  • Dozer control style handles

  • Suspension deluxe cloth seat with retractable 2-inch (3-point) seat belt

  • Dome light

  • 12-volt power plug socket

  • Top window

  • Headliner

  • Alarm package (backup and horn)

  • LED Lights: 2 front, 2 side, 2 rear flood

  • Taillights

  • Ignition Timeout

  • Machine Settings User Access Levels

  • Operator Security Codes





INSTRUMENTATION




  • 8-inch Color LCD display with integrated backup camera

  • Split screen mode allowing backup camera and machine gauges to be viewed on a single screen

  • system indicator, hydraulic oil temperature





OPERATING WEIGHT





Maximum machine operating weight of 19,500 lbs.





PERFORMANCE




  • Minimum rated operating load @ 35%: 3,850 lbs.

  • Minimum rated operating load @ 50%: 5,500 lbs.

  • Minimum tipping load: 11,000 lbs.

  • Maximum height to the top of the ROPS of 85 inches

  • Minimum height to the hinge pin of 140 inches

  • Minimum dump height with loader arms at maximum height of 99 inches

  • Minimum reach with bucket at full height of 39 inches

  • Minimum lift cylinder breakout force of 12,000 pounds force

  • Minimum bucket cylinder force of 12,900 pounds force





SERVICEABILITY




  • Minimum 30.8-gallon fuel tank with the fill location at the back of the machine

  • Minimum 10.7 total gallon hydraulic oil system

  • Minimum 8.9 qt. engine oil with filter

  • Hydraulic oil sight gauge

  • Auto engine protection shutdown





OPERATOR TRAINING/FAMILIARIZATION




  • One Eight-hour Operator Familiarization training





WARRANTY COVERAGE




  • Full machine warranty of one-year, unlimited hours

  • Full machine warranty of two years, 2,000 hours




  • Engine warranty of two years or 2,000 hours





Country of Manufacture




  • United States







Additional Information





Contract Type: Firm Fixed Price





Delivery: FOB "Destination"





Delivery is requested to be within 180 days or less after Receipt of Order (ARO). Delivery timelines will be evaluated as part of the technical requirements.





Delivery Address:





1000 Custer Hollow Rd



Clarksburg, WV 26306



US





Submission of Questions





Questions shall be submitted via email – Request for Information (RFI) and sent to the attention of Robert Bass at rmbass@fbi.gov, no later than Friday, August 4, 2023, at 10:00 am, EDT. Questions sent via other means (i.e., telephone call, facsimile transmission, etc.) will not receive responses.





Submission of Quotes



The RFQ number is DJF-23-0100-PR-0002175 and shall be referenced on all quotes. Quotations and any accompanying information shall be sent to the attention of Robert Bass at rmbass@fbi.gov, no later than Wedneday, August 8, 2023, at 10:00 am, EDT. Quotes sent via other means (i.e., telephone call, facsimile transmission, etc.) will not receive responses. The government will not reimburse any cost incurred in relation to proposal preparation.







Availability of Funds



Funds are available to fulfill this requirement; however, the Government reserves the right not to make an award if a fair and reasonable price cannot be agreed upon for the subject requirement.





Instructions to Offerors



1. You are requested to submit a quotation to provide the required products outlined in this RFQ.





2. The quote shall be separated into two separate documents and address the following:



A. Technical – The technical portion shall be broken down in a manner to fully address the technical specifications outlined in the Salient Characteristics and delivery requirements detailed under Delivery. The technical portion shall not exceed 5 pages. The technical quote SHALL NOT contain any pricing information and will be reviewed separately.





B. Price – The pricing portion shall be on company letterhead and include a full price breakdown to include all requirements outlined in the RFQ. The quote shall be valid for 30 calendar days or longer with the starting date of Wednesday, August 8, 2023.





3. All quotation documents when printed shall fit on 8 ½ x 11-inch paper to include spreadsheets (with appropriate page breaks). All documents and spreadsheets shall include the Contractor Name, RFQ Title, and Date. Ensure your proposal is submitted in PDF format. Spreadsheets shall be submitted in Excel document.





4. Please identify the primary and alternate point of contacts (POCs) for this effort. Information shall include the POC name, office telephone numbers, mobile telephone numbers, and e-mail address.





BASIS FOR AWARD



The acquisition evaluation will be conducted utilizing the Lowest Price Technically Acceptable process. As defined in the FAR, lowest price technically acceptable process represents an award made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors and past performance. The following criteria will be evaluated:





FACTOR 1: Technical - The term “technical,” as used herein, refers to the non-price elements listed below. Quotes will be rated as "Acceptable" or "Unacceptable" regarding their ability to meet each element. All elements must be acceptable for a quote to be considered for award.






  1. Element 1: General Specifications – The Offeror shall submit a proposal that meets or exceeds ALL technical specifications required in the RFQ. Refer to Table 1 for a description of the ratings. All elements must be acceptable for a quote to be considered for award.



Table 1. Technical Evaluation Ratings for General Specifications



Rating



Description



Acceptable



Proposal clearly meets the minimum requirements of the solicitation



Unacceptable



Proposal does not clearly meet the minimum requirements of the solicitation






  1. Element 2: Past Performance – The offeror is not required to submit any past performance information. The Government reserves the right to consider any past performance in its possession including but not limited to the Contractor Performance Assessment Reporting System (CPARS), feedback from the points of contact from the technical experience projects, or other relevant contracts to determine the relevancy of the past performance information. Refer to Table 2 for a description of the ratings. All elements must be acceptable for a quote to be considered for award.





Table 2. Technical Evaluation Ratings for Past Performance



Rating



Description



Acceptable



Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown. (See note below.)



Unacceptable



Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.







2. FACTOR 2: Price - The Government will utilize a Lowest Price Technically Acceptable ("LPTA") evaluation method for this requirement. Trade-offs between cost/price and non-cost/price Elements are not permitted. The Government intends to award a firm fixed price contract using competitive procedures to the responsible offeror whose proposal, is/are deemed responsible in accordance with the solicitation (to include all stated terms, conditions, and all other information required by the solicitation), provides the Lowest Priced Technically Acceptable offer to satisfy the requirements of this solicitation and the SOW. Proposals that fail to address all the requirements set forth in the solicitation will be rejected. The Government will evaluate all aspects of the price for fairness, and reasonableness.





Note: The Government intends to review past performance information from any sources available. These sources include, but are not limited to PPIRS, FAPPIIS, SAM, or other databases.





Invoice Submission Instructions





The Federal Bureau of Investigation (FBI) has implemented an electronic invoicing system, the Invoice Processing Platform (IPP), to comply with the Office of Management and Budget’s 2018 electronic invoicing mandate.





IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service (Treasury) in partnership with the Federal Reserve Bank of St. Louis (FRSTL). IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency. To learn more about IPP, please visit IPP.gov.





Small Business Accelerated Payment



The contractor must indicate its business size on each invoice to assist the payment office in determining eligibility for accelerated payment in accordance with OMB memo M-11-32, “Accelerating Payments to Small Businesses for Goods and Services,” dated 10/14/2011. The Prompt Payment Act still applies to this action; however, the agency will make best efforts to pay proper invoices within 15 days.



Terms and Conditions





The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.211-6, Brand Name or Equal; FAR 52.212 – 1, Instructions to Offerors – Commercial Items; FAR 52.212-2, Evaluation – Commercial Items. Award will be made to the lowest price/technically acceptable (LPTA) vendor; FAR 52.212 – 3, Offeror Representations and Certifications – Commercial Items - the selected offeror must submit a completed copy of the listed representation and certifications; 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): 52.204-10, 52.209-6, 52.219-28,52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33.





Warranty



The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.



Invoice Submission Instructions





The Federal Bureau of Investigation (FBI) has implemented an electronic invoicing system, the Invoice Processing Platform (IPP), to comply with the Office of Management and Budget’s 2018 electronic invoicing mandate.





IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service (Treasury) in partnership with the Federal Reserve Bank of St. Louis (FRSTL). IPP is available at no cost to any commercial vendor or independent contractor doing business with a participating government agency. To learn more about IPP, please visit IPP.gov.





Small Business Accelerated Payment



The contractor must indicate its business size on each invoice to assist the payment office in determining eligibility for accelerated payment in accordance with OMB memo M-11-32, “Accelerating Payments to Small Businesses for Goods and Services,” dated 10/14/2011. The Prompt Payment Act still applies to this action; however, the agency will make best efforts to pay proper invoices within 15 days.





Terms and Conditions





52.244-6 Subcontracts for Commercial Products and Commercial Services.



As prescribed in 44.403 , insert the following clause:



Subcontracts for Commercial Products and Commercial Services (Jun 2023)



(a) Definitions. As used in this clause—



Commercial product, commercial service and commercially available off-the-shelf item have the meanings contained in Federal Acquisition Regulation (FAR) 2.101.



Subcontract includes a transfer of commercial products or commercial services between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier.



(b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial products, commercial services, or non-developmental items as components of items to be supplied under this contract.



(c) (1) The Contractor shall insert the following clauses in subcontracts for commercial products or commercial services:



(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509), if the subcontract exceeds the threshold specified in FAR 3.1004(a) on the date of subcontract award, and has a performance period of more than 120 days. In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act or of Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the Contracting Officer.



(ii) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5), if the subcontract is funded under the Recovery Act.



(iii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017).



(iv) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Nov 2021) , other than subcontracts for commercially available off-the-shelf items, if flow down is required in accordance with paragraph (c) of FAR clause 52.204-21.



(v) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).



(vi) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



(vii) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



(viii) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C.637(d)(2) and (3)), if the subcontract offers further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.



(ix) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



(x) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).



(xi) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C.4212(a));



(xii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)( 29 U.S.C.793).



(xiii) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C.4212).



(xiv) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496), if flow down is required in accordance with paragraph (f) of FAR clause 52.222-40.



(xv) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O. 13627).



(B) Alternate I (Mar 2015) of 52.222-50( 22 U.S.C. chapter 78 and E.O. 13627).



(xvi) 52.222-55, Minimum Wages for Contractor Workers under Executive Order 14026 (Jan 2022), if flow down is required in accordance with paragraph (k) of FAR clause 52.222-55.



(xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706), if flow down is required in accordance with paragraph (m) of FAR clause 52.222-62.



(xviii) (A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a) if flow down is required in accordance with 52.224-3(f).



(B) Alternate I (Jan 2017) of 52.224-3, if flow down is required in accordance with 52.224-3(f) and the agency specifies that only its agency-provided training is acceptable).



(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note).



(xx) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) , if flow down is required in accordance with paragraph (c) of FAR clause 52.232-40.



(xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C.2631), if flow down is required in accordance with paragraph (d) of FAR clause 52.247-64.



(2) While not required, the Contractor may flow down to subcontracts for commercial products or commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations.



(d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract.



(End of clause)



Parent topic: 52.244 [Reserved]52.246-20 Warranty of Services (May 2001)



(b) The Contracting Officer shall give written notice of any defect or nonconformance to the Contractor within 15 days of use by the Government. This notice shall state either-



(1) That the Contractor shall correct or reperform any defective or nonconforming services; or



(2) That the Government does not require correction or reperformance.



Inverted Domestic Corporations





Section 743(a) of Division D of the Omnibus Appropriations Act, 2009, prohibits the Federal Bureau of Investigation from entering into any contract with any foreign incorporated entity which is treated as an inverted domestic corporation under Section 835(b) of the Homeland Security Act of 2002 (6 U.S.C. § 395(b)) or any subsidiary of such entity. This prohibition does not apply to contracts entered before March 11, 2009, or to any task orders issued pursuant to such contracts. The Attorney General shall waive prohibitions in the interest of national security.





The Contractor under this solicitation warrants that:



___ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to 6 U.S.C. § 395(b);



___ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to 6 U.S.C. § 395(b), but it has submitted a request for waiver or plans to submit a request for waiver.



A copy of the approved waiver, if a waiver has been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.



The Contractor warrants that if at any time after award it discovers it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to 6 U.S.C. § 395(b) and a waiver was not obtained, the Contractor shall make an immediate and full disclosure in writing to the Contracting Officer. The Government may, however, terminate the contract at no cost to the Government.



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.






  1. 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.





Representation Regarding Felony Conviction Under Any Federal law or Unpaid Delinquent Tax Liability (Deviation 2012-02) (Jan 2012)



(a) In accordance with sections 543 and 544 of Title Y, Division B of the Further Continuing Appropriations Act, 2012 (Pub. L. 112-55), none of the funds made available by that 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 of any Federal law within the preceding 24 months, unless an agency has considered suspension and debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or,



(2) with an 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, unless an agency has considered suspension and debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.



(b) By accepting this award or order, in writing or by performance the offeror/contractor represents that-



(1) the offeror/contractor is not a corporation convicted of a felony criminal violation under any Federal law within the preceding 24 months; and,



(2) the offeror/contractor is not a corporation 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.



DJAR-PGD-15-02-Attachment 1A 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.



System for Award Management





Please ensure your firm is registered in System for Award Management (SAM). All vendors must be registered in SAM to receive government contracts. The FBI is utilizing a new financial system that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override our current information. 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 to your organization.






Attachments/Links
Contact Information
Contracting Office Address
  • 4940 FOWLER ROAD
  • REDSTONE ARSENAL , AL 35898
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 02, 2023 02:33 pm 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.

Start Free Trial Today >