Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

66 -- Brand Name or Equal FlowCam Dynamic Particle Imaging System - Solicitation Attachments

Notice Date
8/17/2015
 
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-0879
 
Archive Date
9/11/2015
 
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
Representations Regarding Delinquent Tax Liability Applicable Clauses & Provisions Statement of Work 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 Parts 12 and 13. Simplified acquisition procedures shall be utilized. 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) 2005-83 effective 03 August 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 or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency's requirement. The National Institute of Standards and Technology (NIST), Environmental Chemical Sciences Group in the Chemical Services Division, located at Hollings Marine Laboratory, Charleston, SC, requires a fluid imaging camera. Responsible quoters shall provide pricing for all of the following line items. All equipment must be new. Used or remanufactured equipment shall not be considered for award. Line Item 0001: Quantity one (1) each, Fluid Imaging Technologies FlowCAM System, model number VS1C, made up of all of the components, or equivalent, and meeting all of the salient characteristics identified in the statement of work. Line Item 0002: Quantity one (1) job, Installation. The contractor shall install the equipment in accordance with the 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 successful completion of installation and training and final acceptance of the equipment. Delivery Delivery, installation and training shall be completed not later than 100 days from the date of award. Delivery terms shall be FOB Destination. Equipment shall be shipped to: National Institute of Standards and Technology, Hollings Marine Laboratory, 331 Fort Johnson Road, Charleston, SC 29142. 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: 1. The quoted equipment is the brand name equipment or is an equivalent that meets the salient characteristics identified in the statement of work and meets the requirements of the Government in essentially the same manner as the brand name; 2. The quotation meets all requirements of all line items. Price shall be evaluated for all quotations determined to be 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 quoters shall submit all of the following: 1.For the purpose of evaluation of Technical Acceptability: -Technical description and/or product literature. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the salient characteristics identified in the statement of work. It is the responsibility of the quoter to ensure that all salient characteristics are clearly documented; -Documentation that confirms that all requirements of all line items shall be met. 2.Quoters shall provide firm-fixed price quotations 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 in order to be considered for award. 4.Quoters shall include a completed copy of the attached provision, FAR 52.225-18, Place of Manufacture. 5.A completed copy of the attached provision, FAR 52.225-4 Buy American---Free Trade Agreements-Israeli Trade Act Certificate. 6.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; 7.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. 8.If the Quoter's representations and certifications do not reflect the NAICS code governing this solicitation, quoters must submit documentation whether or not they are a small business. 9.If the quoter is not the manufacturer of the equipment, documentation that the manufacturer of the equipment is a small business under the NAICS code governing this solicitation. 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. FAX quotations will not be accepted. Submission must be received not later than 11:00 a.m. Eastern Time on Thursday 27 August 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 Thursday 20 August 2015. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: Pages 4-23 have been included as Attachment 2, Applicable Provisions and Clauses, identifying all applicable provisions and clauses. This document is complete as provided. The text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. ATTACHMENTS: The following attachments apply to this solicitation: 1. Statement of Work 2. Applicable Provisions and Clauses 3. Representation of Delinquent Tax Liability
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0879/listing.html)
 
Record
SN03841885-W 20150819/150817235237-ea26c72f346cefc34e149c9e08747b28 (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.