Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
SOLICITATION NOTICE

66 -- Automatic Sample Changer for Gamma Spectrometry - Statement of Work

Notice Date
7/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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-0683
 
Archive Date
8/14/2015
 
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
Automatic Sample Changer for Gamma Spectrometry This solicitation is a Request for Quotation (RFQ) issued under the authority of FAR Part 13- Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, effective May 7th, 2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 -Other measuring and controlling device manufacturing with a size standard of 500 employees. This acquisition is being competed as a 100% Small Business Set Aside. The National Institute of Standards and Technology (NIST) requires the purchase of a planned sample changer to be employed in neutron activation analysis which meets all the requirements of the attached Statement of Work. EVALUATION CRITERIA AND BASIS FOR AWARD Award shall be made to the Offeror 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. Offeror 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. Due Date for submission is 12:00pm EST July 30th, 2015. Quotes must be received within this time in the inbox of Erik Frycklund at erik.frycklund@nist.gov. Quotes received after this deadline will not be accepted. REQUIRED SUBMISSIONS All Offerors shall submit all of the following: 1) A firm fixed price quotation meeting all minimum requirements set forth in the statement of work. 2) A description and/or product literature which clearly demonstrates that the quoted items meet all requirements of the SOW; 3) Description of commercial warranty; 4) This is an Open-Market Combined Synopsis/Solicitation for a Sample Changer 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) 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; 5) The DUNS # for the Offeror's active System for Award Management (SAM) registration. Offerors must have an active registration at www.SAM.Gov to be considered for award. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.222-22, Previous Contracts and Compliance Reports (Provision) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Provision) In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-19, Incorporation by Reference of Representations and Certifications 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government`s Interest When 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 1352.201-70, Contracting Officer's Authority (April 2010) 1352.209-73, Compliance with the Laws (April 2010) 1352.209-74, Organizational Conflict of Interest (April 2010) 1352.215-72, Inquiries - Offerors must submit all questions concerning this solicitation in writing to Erik Frycklund. Questions should be received no later than 7 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. 1352.233-71, GAO and Court of Federal Claims Protests (April 2010) 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0683 /listing.html)
 
Record
SN03798715-W 20150717/150716000333-7b8db435cd7726eb7d2a5ac865d936c3 (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.