SOLICITATION NOTICE
66 -- Pressure gauges - COMBINED SYNOPSIS/SOLICITATION
- Notice Date
- 5/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- SB1341-15-RQ-0383
- Archive Date
- 6/2/2015
- Point of Contact
- Erik Frycklund, Phone: 3019756176
- E-Mail Address
-
erik.frycklund@nist.gov
(erik.frycklund@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION Solicitation SB1341-15-RQ-0383 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. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-81. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. LINE ITEMS All interested quoters will provide a quote for all of the following line items: LINE ITEM 0001: Quantity three (3) High accuracy pressure gauges. BACKGROUND NIST will do cavity ring-down spectroscopy measurements of CO2 in the near-infrared spectral region. This experiment requires the use of high accuracy pressure gauges to measure pressure. NIST is requiring three pressure gauges with a maximum range of 1000 Torr (mmHg) and the corresponding readouts. REQUIRED SPECIFICATIONS The Contractor will provide three (3) sets of items that meet the following minimum technical specifications. 1. The pressure gauges must have a maximum range of 1000 Torr (mmHg). 2. Each unit must have individual display to relate pressure. 3. Must have a resolution of at least 1 part in 105 of the full scale. 4. Must have an accuracy of at least 0.06% of the reported value. 5. Must have VCR (variable compression ratio) or NPT (national pipe thread) ¼ inch fittings. 6. Must be temperature regulated at a temperature above room temperature. 7. Must not be a differential gauge. 8. Must allow for communication with a computer via either GPIB (general purpose interface bus), USB (universal serial bus), or RS-232. Warranty The Seller warrants that the pressure gauges will correspond with their specifications at the time of delivery and will be free from defects in material and workmanship for a period of 6 months (or longer) from the date of delivery. I. DELIVERABLES Description Quantity Due Date Pressure gauges 3 No later than 180 days after receipt of order IV. Acceptance Criteria Acceptance will be completed when the NIST TPOC has determined all the minimum specs in this Statement of Work have been met. DELIVERY TERMS Delivery terms will be FOB Destination. FOB DESTINATION MEANS: The contractor will pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. BASIS FOR AWARD Award will be made to the contractor that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirement," and 2) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Contractors will include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all minimum specifications, and clearly documents that the offered product meets the minimum specifications required. Price: The Government will evaluate price for reasonableness. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; and 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required. 52.204-13, System for Award Management Maintenance. 52.204-16, Commercial and Government Entity Code Reporting. 52.204-17, Ownership or Control of Offeror. 52.222-22, Previous Contracts and Compliance Reports. The offeror represents that- It □ has, □ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; It □ has, □ has not filed all required compliance reports; and Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. 52.225-2, Buy American Certificate. (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (b) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.252-2, Clauses Incorporated by Reference. 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 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: 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-19, Incorporation by Reference of Representations and Certifications. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Rerepresentation 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 52.222-35, Equal Opportunity for Veterans 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American-Supplies 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.247-34 FOB Destination; 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. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) (1) In accordance with Sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by the Consolidated and Further Continuing Appropriations Act, 2015 funding may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where an awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (b) 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 the 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. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation 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. (End of provision) REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An FOB Destination, firm fixed price quotation for all work required in the solicitation; 2) For the purpose of evaluation of technical acceptability: Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Contractors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all minimum specifications, and clearly documents that the offered product meets the minimum specifications required. Price: The Government will evaluate price for reasonableness. 3) A description of the proposed warranty; 4) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "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) 5) The DUNS number for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov when the quotation is submitted to be considered for award; Submission must be received by 12:00 p.m. Eastern time on Monday, May 18th, 2015. E-MAIL QUOTES WILL BE ACCEPTED. FAX QUOTES WILL NOT BE ACCEPTED. E-mail quotes will be considered received when they enter into the electronic inbox of Erik Frycklund at erik.frycklund@nist.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0383 /listing.html)
- Record
- SN03721051-W 20150507/150505235841-4b40a4485aff86c4b6fb111698e20e47 (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 |