Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

66 -- Variable Pressure Scanning Electron Microscope - Package #1

Notice Date
5/20/2016
 
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
SB1341-16-RQ-0417
 
Archive Date
6/22/2016
 
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
Applicable Provisions and Clauses Subcontracting Plan Outline Line Item Schedule 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 13.5 Simplified Procedures for Certain Commercial Items. 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) 2005-87 effective 06 April 2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000 employees. This acquisition is being procured using full and open competition procedures. The National Institute of Standards and Technology (NIST) requires a variable pressure scanning electron microscope, accessories and optional years of maintenance services in accordance with the attached Statement of Work. Period of Performance: Delivery, installation training and warranty for the equipment shall be 1 year and five months after award. Option Period One for maintenance services: One year after the expiration of the warranty. Option Period Two for maintenance services: Two years after the expiration of the warranty. Option Period Three for maintenance services: three years after the expiration of the warranty. The total period of performance shall not exceed five years after award. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a single 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. However, the Government reserves the right to not award a purchase order. In addition to price, the following factors shall be used to evaluate quotations: 1.Technical Capability 2.Past Performance In determining best value, Technical Capability, and Past Performance are listed in descending order of importance. When combined, the non-price factors shall be significantly more important than price. For the Evaluation of Technical Capability: Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets all minimum requirements. If an offeror does not indicate how its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Stronger consideration will be given to systems that demonstrate any of the following attributes: •A system that provides the maximum number of simultaneous measurements. •A system that provides the greatest solid angle of collection. •A system that provides greater resolution in a high vacuum meaning a resolution less than 1.2 nm at 15kV and less than 2 nm at 1 kV. •A system that provides greater resolution in variable pressure mode meaning that the resolution is less than 2 nm. •A system that provides in-lens or in column detectors with the maximum number of measurement modes. For the Evaluation of 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. For the Evaluation of Price: The proposed price will be evaluated. The evaluation will determine whether the proposed prices are reasonable in relation to the solicitation requirements. Prices must be entirely compatible with the technical portion of the quotation. 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)Technical description or product literature for the quoted system. (B)Demonstration that the quoted system meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or additional information. (C)Information showing the analytical working distance, take off angles of primary and secondary EDS detector ports, and solid angle of collection of the primary SDD at the analytical working distance and the analysis insertion position. (D)A chamber schematic, drawing or description that identifies the vendor's proposed placement of every detector or accessory required and the optional SDD for this contract as well as the position and size of available ports for future needs. 2.For the purpose of Past Performance: A list of references for whom the same or similar products have been provided within the past three years. The list of references shall include, at a minimum: (i)The name of the reference contact person and the company or organization; (ii)The telephone number of the reference contact person; (iii)The contract or grant number; (iv)The amount of the contract and the address and telephone number of the contracting officer if applicable; (v)The type of product provided; (vi)The date of delivery or the date services were completed. References may be used to verify the quality of products delivered and are not limited to contracts completed for the Federal Government. 3.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. 4.Quoters shall include a completed copy of the attached provision, FAR52.225-18, Place of Manufacture (MAR 2015). 5.Quoters shall submit a proposed subcontracting plan. The suggested format has been included as an attachment to this solicitation. 6.If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor 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:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. 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 be considered for award. 8.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. 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. Quotes must be received not later than 11:00 a.m. Eastern Time on Tuesday 11 June 2016. 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 Friday 27 May 2016. 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 the attachment 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. Line Item Schedule 3. Small Business SubContracting Plan Outline 4. Applicable Provisions and Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-16-RQ-0417/listing.html)
 
Record
SN04124681-W 20160522/160520234756-b2b24f31a36634fc18cb3a8f35fb68d3 (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.