Federal Bid

Last Updated on 18 Aug 2020 at 3 AM
Solicitation
Washington District of columbia

LX6 Polygraph Systems

Solicitation ID DJF-20-1100-PR-0002619
Posted Date 17 Aug 2020 at 6 PM
Archive Date 17 Aug 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fbi-Jeh
Agency Department Of Justice
Location Washington District of columbia United states 20536

The Federal Bureau of Investigation (FBI) intends to award a sole source purchase order to Lafayette Instrument, 3700 Sagamore Parkway North, Lafayette, IN 47904 for the following products and services:

  • LX6 Polygraph Systems

The North American Industry Classification System (NAICS) is 541519 with a business size standard of 25.0 million dollars.  A quote is being requested under solicitation no. DJF-20-1100-PR-0002619.  This will be a fixed price contract.  Based on FBI market research, it has been determined that Lafayette Instrument is the only source to meet the FBI requirement and no other supplies or services will satisfy the agency requirements.   The LX6 polygraph systems and components are necessary to upgrade the FBI’s current inventory of aging polygraph systems. The systems will be used to conduct the FBI’s approximately 13,000 examinations each year in all areas of investigative responsibility to include Counterterrorism/FCI, Criminal, Applicant, Office of Personnel Records (OPR), and Personnel Security Polygraphs. They have enhanced capabilities that will enable an examiner to conduct improved polygraph examinations. Among the enhancements is improved circuitry to capture better polygraph data, improved component ports that provide better and more reliable connectivity, a better-designed, more ergonomic Distributed Antenna System interface box, and a non-metallic Cyber Physical System enclosure with static discharge protection.  This notice is not a request for competitive proposals.  Interested parties may identify their interest and capabilities by submitting a proposal to include technical qualifications and experience/pricing and any other information to Jim Truong via email [email protected].  Harriett Williams will be the Contracting Officer for the entire solicitation.  The following clauses and provisions are incorporated by reference and apply to the acquisition: FAR 52.212-1, Instructions to offeror-Commercial Items (JUN 2020):  FAR clause 52.212-2, Evaluation Commercial Item (OCT 2014), FAR clause 52.212-4 Contract Terms and Conditions Items (OCT 2018); FAR 52.212-5 clause, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2020).  Each offeror shall include a complete copy of the clause 52.212-3 Offeror Representations and Certifications – Commercial Item (JUN 2020).  The full text of clauses can be obtained at Web Site http://www.arnet.gov/far.  A determination by the Government not to compete this proposed required is based upon responses to this notice and is solely within the discretion of the Government. No telephone inquiries will be accepted.  Quotes may be submitted to Jim Truong via-email to [email protected].

Bid Protests Not Available