SOLICITATION NOTICE
J -- Maintenance of JEOL JSM-6400 Scanning Electron Microscope (SEM)
- Notice Date
- 8/18/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-06-Q-0637
- Response Due
- 8/28/2006
- Archive Date
- 8/30/2006
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEEDURES, ARE UTILIZED FOR THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2006-12. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $6.5M. This solicitation is being conducted as a 100% small business set-aside. The U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), has a requirement for a service contract for a JEOL JSM-6400 Scanning Electron Microscope (SEM), Serial Number SM150097-370 for the Electronics and Electrical Engineering Laboratory (EEEL) Semiconductor Electronics Division (SED) at NIST, Gaithersburg, MD. THE CONTRACT LINE ITEM NUMBERS (CLINs) FOR THIS SOLICITATION ARE AS FOLLOWS: CLIN 0001: Base Period ? Contractor Maintenance for JEOL JSM-6400 SEM, Serial # SM150097-370. Located in NIST Building 215, Room A104. Maintenance for the aforementioned SEM shall include two preventative maintenance visits per year and unlimited emergency visits. Emergency response shall be within 24 hours of call; Quantity: 2; Unit: JB. The Contractor shall maintain equipment according to the original equipment manufacturer?s specifications at all times during the period of performance of the resultant purchase order. Period of Performance: 10/1/2006 through 9/30/2007. CLIN 0002: Base Period ? Replacement Parts as Required for CLIN 0001 ? This CLIN shall have a not-to-exceed amount of $5,000 and the following will apply: The Contractor shall provide replacement parts as required for CLIN 0001 service. The Contractor shall obtain approval from the NIST Point of Contact/Order Contact (P/OC) for the resultant purchase order before providing any replacement parts for CLIN 0001 service. The Contractor shall invoice for replacement parts only after they have been provided to NIST for services rendered under CLIN 0001 of the resultant purchase order. Invoices that include replacement parts must be itemized and billed at no higher than the Contractor's then-current commercial list price for those parts. Invoices that include replacement parts must also include a copy of the current list price for those parts for NIST verification of price; Qty: 1; Unit: LT. CLIN 0003: Option Year 1 - Contractor Maintenance for JEOL JSM-6400 SEM, Serial # SM150097-370. Located in NIST Building 215, Room A104. Maintenance for the aforementioned SEM shall include two preventative maintenance visits per year and unlimited emergency visits. Emergency response shall be within 24 hours of call; Quantity: 2; Unit: JB. The Contractor shall maintain equipment according to the original equipment manufacturer?s specifications at all times during the period of performance of the resultant purchase order. Period of Performance: 10/1/2007 through 9/30/2008. CLIN 0004: Option Year 1 ? Replacement Parts as Required for CLIN 0003 ? This CLIN shall have a not-to-exceed amount of $5,000 and the following will apply: The Contractor shall provide replacement parts as required for CLIN 0003 service. The Contractor shall obtain approval from the NIST Point of Contact/Order Contact (P/OC) for the resultant purchase order before providing any replacement parts for CLIN 0003 service. The Contractor shall invoice for replacement parts only after they have been provided to NIST for services rendered under CLIN 0003 of the resultant purchase order. Invoices that include replacement parts must be itemized and billed at no higher than the Contractor's then-current commercial list price for those parts. Invoices that include replacement parts must also include a copy of the current list price for those parts for NIST verification of price; Qty: 1; Unit: LT. CLIN 0005: Option Year 2 - Contractor Maintenance for JEOL JSM-6400 SEM, Serial # SM150097-370. Located in NIST Building 215, Room A104. Maintenance for the aforementioned SEM shall include two preventative maintenance visits per year and unlimited emergency visits. Emergency response shall be within 24 hours of call; Quantity: 2; Unit: JB. The Contractor shall maintain equipment according to the original equipment manufacturer?s specifications at all times during the period of performance of the resultant purchase order. Period of Performance: 10/1/2008 through 9/30/2009. CLIN 0006: Option Year 2 ? Replacement Parts as Required for CLIN 0005 ? This CLIN shall have a not-to-exceed amount of $5,000 and the following will apply: The Contractor shall provide replacement parts as required for CLIN 0005 service. The Contractor shall obtain approval from the NIST Point of Contact/Order Contact (P/OC) for the resultant purchase order before providing any replacement parts for CLIN 0005 service. The Contractor shall invoice for replacement parts only after they have been provided to NIST for services rendered under CLIN 0005 of the resultant purchase order. Invoices that include replacement parts must be itemized and billed at no higher than the Contractor's then-current commercial list price for those parts. Invoices that include replacement parts must also include a copy of the current list price for those parts for NIST verification of price; Qty: 1; Unit: LT. The following provisions and clauses apply to this acquisition: Provisions: FAR 52.212-1; FAR 52.212-3. Clauses: FAR 52.204-9; FAR 52.212-4; FAR 52.212-5 including subparagraphs: 52.219-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33. Additional clauses that apply: FAR 52.217-5; FAR 52.217-8; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.232-18. All FAR clauses may be viewed at http://acquisition.gov/far/index.html. Applicable Commerce Acquisition Regulation (CAR) clauses include: CAR 1352.237-73; CAR 1352.239-73; CAR 1352.239-74; CAR 1352.209-72. The CAR clauses may be viewed at: http://oamweb.osec.doc.gov/CAPPS_car.html. 52.217-9 Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of expiration of then-current term; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. QUOTATION SUBMISSION INSTRUCTIONS: Offerors shall submit signed and dated quotations to january.magyar@nist.gov at or before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show? (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the offeror; (4) A technical description of the services and replacement parts being offered for CLINs 0001 through 0006 in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty for Item Numbers 0001 through 0006; (6) Price and any discount terms for Items 0001, 0003 and 0005; (7) For CLINs 0002, 0004, and 0006, a replacement parts list, to include part descriptions and current commercial prices (if available). (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments (if any); (10) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. THE PRICING PORTION OF THE QUOTATION (ITEM (6) IN THE QUOTATION SUBMISSION INSTRUCTIONS ABOVE) SHALL BE SUBMITTED AS A SEPARATE DOCUMENT FROM THE REST OF THE QUOTATION. THE GOVERNMENT WILL NOT PROVIDE ANY CONTRACT FINANCING OR ADVANCE PAYMENTS FOR CLINs 0001 THROUGH 0006; THEREFORE, CLINs 0001 THROUGH 0006 SHALL BE PRICED ACCORDINGLY. PAYMENTS UNDER THE RESULTANT PURCHASE ORDER WILL BE MADE IN ACCORDANCE WITH FAR CLAUSE 52.212-4(a). Invoicing requirements are specified in FAR clause 52.212-4(g). Questions regarding this RFQ shall be submitted by email, no later than the third day after this RFQ is posted on FedBizOpps to january.magyar@nist.gov. NIST will provide a written amendment to the solicitation on FedBizOpps within five days after this RFQ is posted on FedBizOpps to provide a list of all questions received as well as their answers to all potential Offerors. QUOTATIONS SHALL BE SUBMITTED BY EMAIL in Microsoft Word format, Microsoft Excel format, Rich Text (.txt) Format and/or Adobe .pdf format to january.magyar@nist.gov. Quotations shall include the ten (10) items specified in the Quotation Submission Instructions, above. Quotations shall received at january.magyar@nist.gov no later than 3:00:00 p.m. Eastern Time on August 28, 2006. FAXED QUOTATIONS WILL NOT BE ACCEPTED. NOTE: The terms and conditions that will be included in the resultant purchase order will be FAR clause 52.212-4 and FAR clause 52.212-5, with the appropriate subparagraphs as noted in this RFQ also applying. CAR clauses 1352.209-72, 1352.237-72, 1352.239-73 and 1352.239-74 will also apply to the resultant purchase order. No other terms and conditions will apply to the purchase order. EVALUATION FACTORS FOR AWARD: The Government is utilizing FAR Part 13, Simplified Acquisition Procedures, to evaluate quotations received in response to this RFQ. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotations: -Technical capability of the quotation to meet the Government?s requirements -Past Performance Information - Price
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01119161-W 20060820/060818220454 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |