FEDERAL BUREAU OF INVESTIGATION

FINANCE DIVISION|

PROCUREMENT SECTION

Date: September 9, 2019

Subject: RFQ 0003486 for Jukebox Blu-Ray Storage

The Federal Bureau of Investigation is issuing this Request for Quote (RFQ) to solicit open market pricing for brand name or equal equipment as indicated in Section 2.0 of this document.

This combined synopsis/solicitation for commercial items prepared in accordance with the FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.

The NAICs code for this requirement is 511210, Software Publishers. The Business size standard is $38.5 million dollars.

This requirement is set aside for small business.

Contractors interested in competing for this effort may participate by submitting a quote in accordance with the procedures set forth in this RFQ.

Questions To the Contracting Officer Are Due: 9/11/2019 2:00 pm EST Quotes Must Be Submitted No Later Than: 9/13/2019 2:00 pm EST

1.1 GENERAL DESCRIPTION

The Federal Bureau of Investigation’s (FBI), Operational Projects Unit (OPU) has a requirement for hardware installation, configuration, and training services to the FBI LAB.

2.0 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK (SOW)

2.1 PURPOSE

The purpose of this RFQ is to award a contract for the installation of the Jukebox Blu-Ray Storage System. One vendor employee will be required to provide on-site system configuration and training on the use of the Jukebox system. 2.2 BACKGROUND

The Forensic Response Section (FRS), Laboratory Division (LD), Operational Projects Unit (OPU) is tasked with the documentation, 3D spatial data capture and reconstruction of vehicles, crime scenes and special event sites. This can be done for Criminal, Weapons of Mass Destruction (WMD), and Counterterrorism cases. OPUs services are used for operational planning, investigative support, the preparation of demonstrative evidence and 3 dimensional digital or physical models. OPU is required to support Evidence Response, Hazardous Material Response and Chemical, Biological, Radiation, Nuclear, and Explosives (CBRNe) Response teams. OPU is also required to enhance Special Event support by providing measurement data of venues to responders. Due to the complex and varied nature of these services, OPU maintains an in house CLASSIFIED, standalone network, the Investigative and Prosecutive Graphic Unit Network (IPGNET). IPGNET is an Apple Xserve server that is no longer supported by Apple and currently stores data on outdated Promise V Track hard drives. Some of OPU’s users’ current, external hard drives have failed. There is a great risk of losing important data vital to casework. This is an imperative need for ongoing operations and continuing OPU’s mission. OPU requires the installation of the Jukebox Blu-Ray Storage System. One vendor employee will be required to provide on-site system configuration and training on the use of the Jukebox system. 2.3 SCOPE OF WORK

This is a contract to provide hardware installation, configuration, and training services to the Federal Bureau of Investigation FBI LAB.

2.3.1 Requirements/Specifications The selected vendor will have to ship all necessary equipment to the FBI Laboratory in , VA. The supplies should be on-site in Quantico at least 1-day prior to installation and training. The items include:

 Blu-ray storage/archival system  Network-Attached Blu-ray Archive Appliance - (NAS Connectivity (Gig-E)).  Compatibility with Apple Xserve server.  Professional, dual layer Blu-Ray BD-R 100GB media discs. 270 PCS TOTAL

The vendor will send one employee to perform the following tasks:

 Install the Blu-ray storage system to IPGNET using a NAS (Network Attached Storage)  Ensure Connectivity for compatibility with the Apple Xserve.  Install the PoINT Jukebox archive manager license for controlling software.  Configure the system to archive user data to Blu-ray discs.

Training

The vendor will provide training to two of our on-staff IT personnel. Training must include use of the PoINT Jukebox Manager software to store and archive data. Installation and training will be two days in total. Training materials (manuals, how-to-guides, etc.) should be provided by the vendor. 2.4 PLACE OF PERFORMANCE

The work will be performed in Quantico, VA. 2.5 PERIOD OF PERFORMANCE

The period of performance will be two, full business days that will begin when the install personnel arrives on-site. Installation will be scheduled upon acceptance of Jukebox equipment. 2.6 TRAINING

The Contractor is responsible for ensuring that its staff is technically proficient to fulfill the technical requirements for the life of the Task Order. The Government will not allow costs, nor reimburse costs associated with the Contracting training employees in an effort to attain or maintain minimum personnel qualification requirements of the contract.

2.7 TRAVEL

Travel is not required for this contract.

2.8 INVOICING

All invoices shall be submitted electronically to [email protected]. Note that there is an underscore (_) between CENTRAL and INVOICES.

Invoices will be handled in accordance with the Prompt Payment Act and Far Clause 52.232-25. Contractors shall assign an identification number to each invoice.

The contractor shall certify with a signed and dated statement that the invoice is correct and proper for payment. Small Business status shall be self-certified on each invoice.

Vendors must be registered in SAM, effective July 29, 2012 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 to your organization.

Each invoice shall include the following information: (1) Name of vendor; (2) Invoice date; (3) Government contract number, or authorization for delivery of goods or services; (4) Vendor invoice number, account number, and/or any other identifying number agreed to by the contract; (5) Description (including, for example, contract line/sub line number), price, and quantity of goods and services rendered; (6) Taxpayer Identification Number (TIN); (7) Banking information necessary to facilitate an electronic funds transfer (EFT) payment; (8) Contact name (where practicable), title and telephone number;

2.9 SECURITY REQUIREMENTS

See Attachment 2 for the security requirements of this RFQ.

3.0 CONTRACT ADMINISTRATION

3.1 CONTRACTING OFFICER REPRESENTATIVE

The COR will be identified via letter of COR delegation authority issued by the Contracting Officer (CO) for this contract. The COR is responsible, as applicable, for: receiving all deliverables; inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the Contractor which clarifies the contract effort, filling in details or otherwise furnishing information necessary to accomplish the SOW; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. The COR does not have the authority to alter or modify the Contractor's obligations, contract terms, conditions, specifications, or cost. If as a result of technical discussions, it is in the Government’s best interest to alter/change contractual obligations or the SOW, the CO will issue such changes. 3.1 CONTRACTING OFFICER

The CO is the appointed authority to bind the Government to the extent of the authority delegated. Direction that will modify the scope, schedule, terms and conditions, funding, or any other action that may modify the agreement as originally entered into with the Government must be given only by the CO. 4.0 PROVISIONS AND CLAUSES

The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR REFERENCE DESCRIPTION 52.211-6 Brand Name or Equal 52.212-1 Instruction to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items Contract Terms and Conditions Required to Implement Statutes or 52.212-5 Executive Orders-Commercial Items 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.243-1 Changes - Fixed Price

The full text of the referenced FAR clauses may be accessed electronically at: https://www.acquisition.gov/far/. 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 (twenty-four) 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. 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 (twenty-four) 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 any 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. 5.0 SYSTEM OF AWARD MANAGEMENT (SAM) REQUIREMENT

Please ensure your firm is registered in System for Award Management (SAM) - All vendors must be registered in SAM, effective June 2, 2019, to receive government contracts. The FBI utilizes a 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. 5.0 QUOTATION REQUIREMENTS

New Equipment only will be accepted for this contract. If vendor is not the OEM, vendor must provide evidence they are authorized resellers of the OEM’s product (i.e. manufacturer letterhead, regional authorization). If this evidence is not provided, quote shall be considered unresponsive. Ensure the quote includes both individual pricing, total line pricing and total quote amount using the pricing table in Attachment 1. No partial quotes accepted. Vendor must provide all items requested or quote shall be considered unresponsive.

Please include in your quote: pricing and product description for each line item. Quote may be sent via your company’s standard quotation form but must include all columns included in the pricing table as well as the following information: Tax ID #, DUNS #, Point of Contact with Email and telephone information.

5.1 QUESTIONS SUBMISSION

Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions may be submitted to the attention of Christina Nortey at [email protected] no later than 2:00 pm ET on September 11, 2019. Emails must include the RFQ number and title in the subject line. No telephone inquiries will be accepted.

5.2 QUOTATION SUBMISSION

Quotes shall be submitted to Christina Nortey at [email protected] no later than 2:00 pm ET on September 13, 2019.

Quotes shall be valid for 60 days after submission.

5.2 EVALUATION

The Government shall award to the contractor whose quote conforms to the specifications of this Request for Quote (RFQ) and is the Lowest Price/Technically acceptable.