SOLICITATION NOTICE
66 -- In-Situ Indenter - Solicitation Attachments
- Notice Date
- 8/19/2015
- 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-0784
- Archive Date
- 9/19/2015
- Point of Contact
- Susan Ruzicka, Phone: 3019756321
- E-Mail Address
-
susan.ruzicka@nist.gov
(susan.ruzicka@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Representations Regarding Delinquent Tax Liability Applicable Provisions and Clauses 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 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) 2005-83 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 as a 100% set aside for small businesses. Only quotes submitted by qualified small businesses shall be considered. The non-manufacturer rule applies to this solicitation. Quoters must supply a product that their small business has manufactured or supply the product of a manufacturer that is a small business in accordance with the NAICS Code identified. The National Institute of Standards and Technology (NIST) Chemical Sciences Division requires an Instrumented Indentation Testing system including installation, training, warranty and maintenance services meeting the minimum specifications in accordance with the attached Statement of Work. 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, Instrumented Indentation Testing system meeting all specifications in accordance with the Statement of Work including FOB Destination shipping, installation, training and 12 months warranty. Line Item 0002 [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 0003 [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 0004 [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 system must be delivered within 100 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 will be most advantageous to the Government, price and other factors considered.In addition to price, the following factors shall be used to evaluate quotations: 1)Technical Capability 2)Prior Experience 3)Past Performance In determining best value, Technical Capability, Prior Experience, and Past Performance are listed in descending order of importance. When combined, all non-price factors shall be significantly more important than price. For Technical Capability: Technical Capability will be evaluated on their ability to meet the required specifications including delivery, installation, training, warranty and maintenance services. Stronger consideration shall be given to contractors who demonstrate the following: a)Systems that can operate nearest to ideal EBSD operating conditions as stated in specification 1.1.1.2. b)Systems that have a load capacity in excess of 100 mN as stated in specification 2.3 For Prior Experience: Prior experience will be evaluated to determine the degree of the quoter's experience in producing, installing, and maintaining similar systems. For Past Performance: Evaluation of past performance shall be based on the references provided and/or the quoter's recent and relevant procurement history with NIST or its affiliates. Past Performance will be evaluated to determine the overall quality of the product and service provided by the quoter. The Government will evaluate past performance based on Past Performance Surveys and by contacting appropriate references, including NIST references; if applicable. The Government may also consider information available from other sources. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available, the quoter will be evaluated neither favorably nor unfavorably. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1.For the purpose of evaluation of Technical Capability: Quoters shall provide documentation that clearly demonstrates the quoted system's ability to meet all required specifications, all requirements of all Line Items and FOB Destination shipping including the following: a. One load-displacement dataset for a load controlled ramp and hold at 100 mN on a semi-rigid surface. A moderate ramp rate (between 0.1 mN/s and 10 mN/s) followed by at least 10 minutes of load hold is required. b.The Contractor must supply CAD drawings with their proposals of the assembly of their instrumented indentation system, the SEM stage, the SEM pole piece, and the EBSD screen in positions defined in the statement of work. These drawing must allow the government to confirm that the proposed solution is viable in the required operating positions. The Contractor may provide these as a 3D CAD file readable by either SolidWorks or Inventor, or as 2D drawing with sufficient views in PDF format. c. The Contractor must include a list of standard indenter tips. d. The vendor must provide commercial warranty information. 2. For the purpose of Prior Experience: Quoters must provide documentation showing installation of at least six substantially similar units within the last 24 months. This documentation shall include the name of the company/agency, point of contract, telephone number, and e-mail address. 3. For the purpose of Past Performance: A list of references for whom the same or similar systems have been provided within the past three years. The list of references shall include, at a minimum: a. The name of the reference contact person and the company or organization; b. The telephone number of the reference contact person; c. The contract or grant number; d. The amount of the contract and the address and telephone number of the contracting officer if applicable; e. The type of system provided; f. The date of delivery or the date services were completed. References may be used to verify the quality and stability of the gases delivered and are not limited to contracts completed for the Federal Government. 4. 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. 5. 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. 6. Quoters shall include a completed copy of the attached provision, FAR52.225-18, Place of Manufacture (MAR 2015). 7. Quoters 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) 8. 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 be considered for award. 9. If the Quoter's representations and certifications do not reflect the NAICS code governing this solicitation, Quoters must submit documentation that they are a small business under the NAICS code governing this solicitation. 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; 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 Friday 04 September 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 Monday 24 August 2015. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full 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. The Statement of Work 2. Applicable Provisions and Clauses 3. Representation Regarding Delinquent Tax Liability
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0784/listing.html)
- Record
- SN03845837-W 20150821/150819235721-e253aee65179b445214a4ce181c1cc4b (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 |