Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2015 FBO #4824
SOLICITATION NOTICE

70 -- VME-Form factor Single Board Computers

Notice Date
2/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB610030-15-00287B
 
Archive Date
3/4/2015
 
Point of Contact
Marzan G. Baul, Phone: 3019752752, Harry L. Brubaker, Phone: 3019758330
 
E-Mail Address
marzan.baul@nist.gov, Harry.Brubaker@nist.gov
(marzan.baul@nist.gov, Harry.Brubaker@nist.gov)
 
Small Business Set-Aside
N/A
 
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a business size standard of 1000 employees. This procurement is Full and Open Competition. Background: The National Institute of Standards and Technology (NIST), Center for Neutron Research has a requirement for 10 Each VME- Form factor single board computers. The VME-form factor single board computers will be incorporated into motor control and data acquisition systems as instrumentation upgrades for several neutron scattering spectrometers. The control software will be run on the single board computers and to be implemented in C and TCL on the Linux operating system with support for the Tundra Universe II and Cypress VIC64 VME interfaces. 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to: marzan.baul@nist.gov Questions should be received no later than 10 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) REQUIRED ITEM AND SPECIFICATIONS: VME Single board Computers Quantity: 10 Each The minimum requirements for the abovementioned single board computers are as follows: • 2 GHz Intel Core 2 Duo processor or better • 2+GB DDR2 memory or better • 6U height VME form factor • Onboard SVGA controller capable of 1280 x 1024 resolution in true color • Front panel SVGA or DVI connector • Onboard Ethernet adaptor • Onboard SATA hard disk 160GB or greater • At least one front panel 16550-compatible serial port (RS232) • Front panel USB ports • Onboard timers • VME interface o Tundra Universe II or lOT/Tundra TSi148 o VME bus system controller o Master and slave interfaces o Capable of addressing A16, A24, A32 address spaces in supervisory and non-privileged modes o Capable of D8, D16, D32, BLT transfers o Byte swapping hardware to support little-endian to big-endian translation o Board support package for Windows 7 and Linux 2.6+ kernels • PCI Mezzanine Card (PMC) Expansion site onboard Note: Front panel adaptor cables (SVGA and COM) shall be included. Competition Requirement: Full and Open Competition Evaluation Criteria: Meet or Exceed at Lowest Price Evaluation Factors: Award shall be made to the offeror whose quotation meets the minimum requirements and is lowest priced. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and Price. 1. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a 'certain minimum requirement, NIST will determine that it does not. 2. Price The price will be evaluated for realism and reasonableness. The full text of a FAR provision or clause may be accessed electronically at http://acguisition.gov/comp/far/index.html. 3. Warranty: The contractor's commercial warranty shall be at least one year from receipt date. 4. Delivery Schedule: 45 Days ARO preferred. 5. Delivery Terms: FOB Destination: (Vendor pays for shipping cost to destination: Gaithersburg, MD, Zip Code: 20899-0001) Due Date for Quotations: All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Marzan G. Baul, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Email: marzan.baul@nist.gov All offerors shall ensure the RFQ number is properly referenced. Submission must be received not later than 2:00p.m. local time on 02/17/2015. FAX quotations shall not be accepted. E-mail quotations shall be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e­ mail address inbox set forth above. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Marzan G. Baul, Purchasing Agent on 301-975-2752. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 48- hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. ADDENDUM TO 52.212-1, QUOTATION PREPARATION INSTRUCTIONS (REQUIRED SUBMISSIONS) 1) Price Quotation: The offeror shall submit an original and four copies of the completed price schedule (if the quotation is submitted electronically, additional copies are not required). The offeror shall propose a firm-fixed-price for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2). Technical Quotation: The offeror shall submit an original and four copies of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the required specifications by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. 3) Acceptance of Terms and Conditions (Addendum to FAR 52.212-1 (b)(ll)): This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. The Following Provisions apply to this Acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications - Commercial Items. 1352.233-70 Agency Protests 1352.233-71 GAO and Court of Federal Claims Protest Offerors must complete annual representations and certifications on-line at www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications­ Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders­ Commercial Items including subparagraphs: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-3, Buy American Act-Free Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. 52.247-34, FOB Destination 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) 1352.201-70: Contracting Officers Authority; 1352.209-73: Compliance with Laws; 1352.209-74: Organization Conflict of Interest; 1352-246-70: Place of Acceptance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB610030-15-00287B/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03636401-W 20150208/150206235533-06aa4d7663833c15027a7ffe826fcf08 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.