SOLICITATION NOTICE
66 -- Bio-Rad Auto Droplet Generator - Representations Regarding Unpaid Delinquent Tax Liability - Statement of Work
- Notice Date
- 6/17/2015
- 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-0493
- Archive Date
- 7/16/2015
- Point of Contact
- Susan Ruzicka, Phone: 3019756321
- E-Mail Address
-
susan.ruzicka@nist.gov
(susan.ruzicka@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) 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 separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 12, Acquisition of Commercial Items, and Part 13, Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82 effective 07 May 2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 Employees. This acquisition is being procured using full and open competition. This is a brand name only requirement. Quoters must provide the brand name identified within the line items. All part numbers listed herein are Bio-Rad Laboratories, Inc. part numbers. The brand justification is as follows: The only automated droplet generation system which uses proprietary chemical reagents developed by BioRad for use with NIST's existing BioRad QX200 equipment is the BioRad AutoDG TM (BioRad Part number 186-4101) instrument. The AutoDG uses proprietary reagents compatible with the BioRad QX200 ddPCR system with hands-off liquid handling automation. The reduction in labor time will be a significant additional benefit to the research being carried out by the AGG. Maintaining compatibility with the BioRad ddPCR chemistry will enable reverse compatibility with existing datasets which were generated using the manual method on the BioRad QX200. NIST requires a BioRad AutoDG TM, part number 186-4101, automated droplet generation system which uses proprietary chemical reagents that is compatible with NIST's existing BioRad QX200. See the statement of work for additional information. OPTION LINE ITEMS Line items 0005, 0006, 0007 are option line items for one year of maintenance services as specified in the statement of work. Quoters must provide a firm-fixed price for all option line items. The price for the option line item shall remain valid in accordance with the following: Line Item 0005 - One year from the expiration date of the warranty; Line Item 0006 - Two years from the expiration date of the warranty; Line Item 0007 - Three years from the expiration date of the warranty; Responsible quoters shall provide pricing for all of the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award. Line Item 0001: Quantity one (1) Each, Bio-Rad AutoDG TM, part number 186-4101, and quantity one (1) each, Operations and Maintenance Manual, meeting the specifications as listed in the Statement of Work. Line Item 0002: Quantity one (1) job, Installation. The contractor shall install the equipment in accordance with Statement of Work. Line Item 0003 : Quantity one (1) job, Training. The contractor shall provide training to NIST personnel in accordance with the Statement of Work. Line Item 0004 : Quantity one (1) job, Warranty. The contractor shall provide one year (12 months) of warranty services as specified in the Statement of Work. Warranty services shall commence after installation, training and acceptance of the equipment. Line Item 0005 [OPTION LINE ITEM]: Quantity one (1) job, Maintenance Services, Year 1. The contractor shall provide one year (12 months) of maintenance services as specified in the Statement of Work. Line Item 0006 [OPTION LINE ITEM]: Quantity one (1) job, Maintenance Services, Year 2. The contractor shall provide one year (12 months) of maintenance services as specified in the Statement of Work. Line Item 0007 [OPTION LINE ITEM]: Quantity one (1) job, Maintenance Services, Year 3. The contractor shall provide one year (12 months) of maintenance services as specified in the Statement of Work. Delivery The equipment and Operations and Maintenance Manual must be delivered within 60 days of the award date. The items shall be shipped F.O.B. Destination to: National Institute of Standards and Technology, Building 301 Shipping and Receiving, 100 Bureau Dr., Gaithersburg, MD 20899. FOB DESTINATION MEANS: The contractor shall 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. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically acceptable means that the Contractor provides a system that is a Bio-Rad AutoDG TM, part number 186-4101, and meets the requirements of all Line Items. Price shall be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1. For the purpose of evaluation of Technical Acceptability: Quoters shall provide documentation that clearly demonstrates the quoted system is of the brand name and model as specified. Quoters shall also provide documentation that clearly demonstrates the quoter's ability to meet the requirements of Line Items 0002-0007. 2. For the purpose of Price: Quoters shall provide a firm-fixed price quotation for each Line Item as specified in the Contract Line Items, and a total firm fixed-price inclusive of all required line items. 3. Quoters shall include a completed copy of the attached provision, "Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015)" with their quotation. 4. Quoters shall include a completed copy of the FAR provision, 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate identifying the country of origin where the equipment was manufactured with their quotation. 5. Quoters shall include a statement regarding the terms and conditions herein as follows: a. 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 b. 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) 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 a contractor 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 contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation. 6. Quoters shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to receive an award. DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Susan Ruzicka, Contract Specialist at Susan.Ruzicka@Nist.gov. Submission must be received not later than 11:00 a.m. Eastern Time on Wednesday 01 July 2015. A quotation shall be considered received when it is received in the electronic inbox of Susan Ruzicka not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to Susan.Ruzicka@nist.gov by 11:00 a.m. Eastern Time on Wednesday 22 June 2015. PROVISIONS AND CLAUSES: The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. The following provisions apply to this acquisition: 52.204-7, System for Award Management (JUL 2013) 52.204-16, Commercial and Government Entity Code Reporting (NOV 2014) 52.204-17, Ownership or Control of Offeror (Nov 2014) 52.212-1, Instructions to Offerors-Commercial Items (APR 2014) 52.217-5, Evaluation of Options (JUL 1990) 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate (May 2014) 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran (DEC 2012) 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. The following FAR clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.204-18, Commercial and Government Entity Code Maintenance (NOV 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2015) including sub-paragraphs: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003)(E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014)(E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-36, Equal Opportunity For Workers with Disabilities (Jul 2014)(29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)(E.O.13513). 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014). 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.217-7, Option for Increased Quantity-Separately Priced Line Item (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the expiration of the warranty. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. The following U.S. Department of Commerce Acquisition Regulation (CAR) provisions and clauses apply to this procurement. The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/reghtml/regs/other/car/1352.htm 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: CAROL WOOD, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) NIST LOCAL 04: BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 (End of clause) PAYMENT Line Items 0001, 0002, and 0003 Payment shall be made upon receipt of a proper invoice in one lump sum payment. The Government will approve payment in full upon successful completion of delivery, installation and training. Line Items 0004, 0005, 0006 and 0007 Partial payments are authorized. The Quoter shall be paid on a monthly or quarterly basis in arrears. Proper invoices shall be approved for payment if all services required to be completed within the billing period have been successfully completed. Invoices will not be approved for payment if services are pending or outstanding.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0493/listing.html)
- Record
- SN03768184-W 20150619/150617235947-051aca9f0ffb5f6d29c75caf02bef7c8 (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 |