Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2016 FBO #5388
MODIFICATION

J -- Thermo X7 ICP-MS Maintenance - Amendment 1

Notice Date
8/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-0845
 
Archive Date
9/10/2016
 
Point of Contact
Susan Ruzicka, Phone: 3019756321, Grace H. Garrity, Phone: 3019752345
 
E-Mail Address
susan.ruzicka@nist.gov, grace.garrity@nist.gov
(susan.ruzicka@nist.gov, grace.garrity@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Stability Test Results Responses to Questions **Amendment 001** This amentment is to post responses to vendor questions and attach the results of a 12 hour stability test performed on the instrument on August 11th 2016. All other terms in the solicitation, including the due date for receipt of quotes remains unchanged. **END** 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 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) 2005-89 effective 14 July 2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 Million. This acquisition uses unrestricted competition procedures. Responsible quoters shall provide pricing for the following line items. Line Item 0001: Quantity one (1) Year, Maintenance and Repair Services for the Thermo Fisher X7 ICP-MS Quadrupole Mass Spectrometer, Serial # X0372. The Period of Performance is 09/28/2016 through 09/27/2017. OPTION Line Item 0002: Quantity one (1) Year, Maintenance and Repair Services for the Thermo Fisher X7 ICP-MS Quadrupole Mass Spectrometer, Serial # X0372. The Period of Performance is 09/28/2017 through 09/27/2018. OPTION Line Item 0003: Quantity one (1) Year, Maintenance and Repair Services for the Thermo Fisher X7 ICP-MS Quadrupole Mass Spectrometer, Serial # X0372. The Period of Performance is 09/28/2018 through 09/27/2019. OPTION Line Item 0004: Quantity one (1) Year, Maintenance and Repair Services for the Thermo Fisher X7 ICP-MS Quadrupole Mass Spectrometer, Serial # X0372. The Period of Performance is 09/28/2019 through 09/27/2020. OPTION Line Item 0005: Quantity one (1) Year, Maintenance and Repair Services for the Thermo Fisher X7 ICP-MS Quadrupole Mass Spectrometer, Serial # X0372. The Period of Performance is 09/28/2020 through 09/27/2021. Delivery Maintenance and Repair services shall take place at the following address: The National Institute of Standards and Technology 100 Bureau Drive Building 301 Gaithersburg, MD 20899 EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a single purchase order from this solicitation. The Government reserves the right not to award a purchase order. The Government reserves the right to award this contract based on initial quotations without holding discussions. Therefore, the initial quotations shall contain the offeror's best terms and conditions. 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. Technical Acceptability will be evaluated as follows: The Government will evaluate the offeror's technical approach to determine that it has adequately demonstrated: •An understanding of the requirements; •The ability to successfully provide the required maintenance and repairs of the instrument; and •The ability to provide engineers or technicians meeting the minimum qualifications. The Government will evaluate the Offeror's and, if appropriate, its proposed subcontractors' past performance information to determine its relevance to the current requirements and whether the information demonstrates a satisfactory or better rating of past performance in the past three years. In assessing the offeror's past performance, NIST will evaluate the quality, timeliness and ability to control cost and schedule of past work to determine the quality of maintenance and repairs of X7 ICP-MS spectrometers, and the extent to which the offeror has performed work of a similar type, magnitude and complexity. The Government reserves the right to obtain past performance information from other sources. The Government will assign a neutral rating to offerors with no relevant past performance. If the Government determines that Past Performance issues represent an unreasonable risk of performance failure, the offeror's quote may be determined to be technically unacceptable. Price The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements. Proposed prices shall be entirely compatible with the technical quotations. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1.For the purpose of evaluation of Technical Acceptability: Offerors shall provide documentation that clearly demonstrates their understanding of the requirement; ability to provide maintenance services and repairs as specified in the statement of work; and documentation demonstrating Offeror's engineers or technicians meet the required minimum qualifications in accordance with the Statement of Work. Additionally, Offeror shall provide past performance information regarding all relevant contracts for the PAST THREE YEARS with federal, state or local governments, and international and commercial customers. The information shall describe contracts of a similar type and scope as the current requirement. If the offer intends to use another firm for part of this requirement, that firm's past performance information must also be provided. If the Offeror has no relevant past performance it must include a statement to that effect in its quote. The government reserves the right to consider data obtained from sources other than those described by the Offeror in its quote. The description of each contract described in this section shall not exceed a half page. For each of the above listed contracts, the Offeror shall provide the following information, as applicable: •Contract Number; •Description and relevance to solicitation requirements; •Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; •Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract. •Contracting Office - If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR), and their names and current telephone numbers and email address; 2.For the purpose of Price: Offeror 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 all highlighted provisions located in the Applicable Provisions and Clauses attachment. 4.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. 5.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. 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 26 August 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 19 August 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 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. The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Statement of Work 2. Applicable Clauses & Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-16-RQ-0845/listing.html)
 
Record
SN04235613-W 20160824/160823000027-02861dd29b4afbd2c603e0c71d34801f (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.