Digital Television Services
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Aug 08, 2023 07:22 pm EDT
- Original Published Date: Aug 04, 2023 06:07 pm EDT
- Updated Date Offers Due: Aug 09, 2023 06:00 pm EDT
- Original Date Offers Due: Aug 09, 2023 06:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 24, 2023
- Original Inactive Date: Aug 24, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: DG10 - IT AND TELECOM - NETWORK AS A SERVICE
- NAICS Code:
- 516120 - Television Broadcasting Stations
- Place of Performance: Washington , DC 20226USA
Description
The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) has a requirement for digital television services, to include a [DIRECTV] subscription as well as repair and upgrade of its high-end unit.
Please refer to the attached Standard Form (SF) 1449, which includes the embedded Statement of Work, for additional details. Be sure to complete all fill-in provisions &/or clauses not already completed via SAM (i.e., ATF-50).
This Open Market, "BRAND-NAME or EQUAL" buy, solicitation/request for quotations (RFQ) is for a competitive set-aside for small businesses (SBs) under FAR 13 & FAR 19.
QUOTATION INSTRUCTIONS:
The vendor shall email a complete response to this RFQ to the points of contact displayed in this Notice, to include the cost for the equipment, shipping/delivery and installation, as well as the delivery time, fill-ins for clause #ATF-50, and all applicable price discounts.
Submissions shall not exceed [12] pages and shall be 8 ½” x 11” with: 1" margins; font style Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman; font colors Black and/or Blue; and font size 10-14. Illustrations (e.g., graphic figures, graphs, and tables) can be in font colors other than black or blue, and font sizes 6-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. NOTE: Information contained outside of these limitations may not be evaluated.
Questions are due Tuesday, 8/8/2023, by 2pm Eastern Standard Time.
TERMS AND CONDITIONS:
ATF will award to the responsible SB whose quote is the lowest-price, technically acceptable (LPTA). While this requirement is set-aside for all SBs, consideration may be given to Historically-Underutilized Business (HUB) Zones, Women-Owned Small Businesses (WOSBs), Service-Disable-Veteran-Owned SBs (SDVOSBs) and 8(a)s, provided there are at least two (2) in the same category that submit a technically-acceptable, reasonable quote.
To be considered for award, the Seller must be either the manufacturer or a manufacturer/Federally-authorized distributor of the equipment/services it's offering with a demonstrated capability of delivering the entire order/contract within the timeframes specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award.
The Seller MUST also be registered AND active in the System for Award Management system (www.SAM.gov) prior to award, pursuant to FAR 52.204-7.
Items, if applicable, must be NEW and covered by the manufacturer's warranty.
Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss.
NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award.
The selected vendor must comply with all the provisions and clauses incorporated by reference and in full text. The full text of the Federal Acquisition Regulation (FAR) one can be viewed via https://www.acquisition.gov/far/part-52, and the Justice Acquisition Regulation (JAR) ones can be viewed via https://www.acquisition.gov/jar.
There are no additional contract requirement(s) or terms and condition (such as contact financing arrangements or warranty requirements) determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices.
The Defense Priorities & Allocations System (DPAS) is not applicable.
Attachments/Links
Contact Information
Contracting Office Address
- ATF ACQUISITIONS OFFICE 99 NEW YORK AVE
- WASHINGTON , DC 20226
- USA
Primary Point of Contact
- LaMark Combs
- Lamark.Combs@ATF.gov
- Phone Number 2026487649
Secondary Point of Contact
- Sheray Millhouse
- Sheray.Millhouse@ATF.gov
History
- Aug 25, 2023 11:55 pm EDTAward Notice (Original)
- Aug 24, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 04, 2023 06:07 pm EDTCombined Synopsis/Solicitation (Original)