DOCUMENT
R -- STREAMLINE THE DATA PROCESSING IN THE NIST RF DC CALIBRATIONS - SB1341-08-RP-0074
- Notice Date
- 7/31/2008
- Notice Type
- SB1341-08-RP-0074
- NAICS
- 541330
— Engineering Services
- 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, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-08-RP-0074
- Response Due
- 8/8/2008 12:00:00 PM
- Archive Date
- 8/23/2008
- Point of Contact
- Myrsonia A Lutz,, Phone: 301-975-8329, Mary Alice Powe,, Phone: 301-975-8567
- E-Mail Address
-
myrsonia.lutz@nist.gov, maryalice.powe@nist.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The National Institute of Standards and Technology (NIST) maintain calibration services for watt/watthour and var/varhour meters, digital multimeters (DMMs) and standard impedances. These services require a more efficient system for analyzing and maintaining data and other quality documentation needed to satisfy NIST and international quality requirements. Also required is a liaison with the Interamerican Metrology System (SIM), to help with international comparisons and maintain a website and forum for the Electricity and Magnetism Working Group of SIM. Numerous measurement programs and measurement services at NIST require procedures and equipment for accurate waveform sampling. These include calibration services for Pulse Waveform Settling and Peak-to-Peak voltage, and support for rms voltage measurement instrumentation at various DoD laboratories. Other NIST applications include measurement of distorted power, pulse amplitude and pulse energy, the measurement of multi-sine spectral content, and phase angle. This trend is expected to continue and even accelerate as sampling technology continues to improve. Many technical innovations and improved measurement procedures have come out of this work, but the resulting knowledge base is spread throughout a wide assortment of documentation, and in some cases resides only in the knowledge and experience of individual researchers. A strong consideration will be given to the Offeror who possess knowledge of quality systems; international comparisons and onsite testing protocols; expertise in uncertainty analyses and the SIM E&M Working Group; knowledge of SIM and BIPM international intercomparisons; and expertise with waveform sampling methods and techniques; and expertise in current comparator bridges, signal sampling techniques, digitally synthesized waveform generators, and active and reactive power and energy meters. The Government anticipates award of a Firm-Fixed-Price (FFP). The resulting firm-fixed-price contract will be for twelve (12) months to the Offeror whose proposal represents the best value to the Government. North American Industry Classification System (NAICS) is 541330 – Engineering Services with a Small Business Size Standard of $4.5M. This solicitation is restricted set aside to small businesses only. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-26. A Request for Proposal (RFP) is anticipated to be available immediately after this announcement. The RFP will be issued utilizing FAR Part 12 Acquisition of Commercial Items. The competitive solicitation, solicitation amendments, and all questions and answers related to this procurement will only be made available via the Internet at http://www.fedbizopps.gov. All interested Offerors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov. Instructions for Hand carry or Mail Delivery of Quotes: A written original and two hard copies are addressed to Myrsonia Lutz, Contract Specialist, National Institute of Standards and Technology, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland 20899-1640. Offerors must submit a complete response. Page 1 of the Standard Form 1499 must be signed and dated by an authorized negotiator committing the organization. Each response shall be submitted on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The quote shall include the letter of transmittal, shall be limited to eight (8) single sided pages. Instructions for an Electronic Submission of Quotes: The electronic version shall be in the form of an e-mail with attachments and version in MS Word or Adobe Acrobat. Page 1 of the Standard Form 1499 must be signed and dated by an authorized negotiator committing the organization and must be send either by scanning the signed RFQ or fax it at (301) 975-6273. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. Award shall be made to the responsive contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the Offeror to confirm NIST's receipt of quote. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. There is no written solicitation document available, telephone requests will not be honored, and no bidders list will be maintained. Potential Offerors shall direct all questions via e-mail ONLY to Myrsonia.Lutz@nist.gov. See attached Subject Solicitation SB1341-08-RP-0074.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5903dcc6d11c924c90c691997b505783&tab=core&_cview=1)
- Document(s)
- SB1341-08-RP-0074
- File Name: SB1341-08-RP-0074 RFP (SB1341-08-RP-0074 RFP.doc)
- Link: https://www.fbo.gov//utils/view?id=d04f2171edec6638d18e7d31bd23b649
- Bytes: 286.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN01628523-W 20080802/080731224916-5903dcc6d11c924c90c691997b505783 (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 |