SOLICITATION NOTICE
66 -- SOFTWARE DEFINED RADIOS - Statement of Work
- Notice Date
- 9/8/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
- ZIP Code
- 80305
- Solicitation Number
- SB1341-16-RQ-1050
- Archive Date
- 9/29/2016
- Point of Contact
- Susan McKean, Phone: 3034975417, Michael Fredericks,
- E-Mail Address
-
susan.mckean@nist.gov, michael.fredericks@nist.gov
(susan.mckean@nist.gov, michael.fredericks@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW FBO ANNOUNCEMENT: COMBINED SYNOPSIS/SOLICITATION SUBJECT: Software Defined Radios SOLICITATION NUMBER: SB1341-16-RQ-1050 RESPONSE DATE: 12:00 PM MDT, September 14, 2016 CONTACT POINTS: Susan McKean, Contract Specialist 303-497-5417 Michael Fredericks, Contracting Officer 303-497-7763 AUTHORITY & INTRODUCTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES 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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF SIMPLIFIED ACQUISITION PROCEDURES. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-90 effective 8/25/2016. The National Institute of Standards and Technology (NIST), Communications Technology Laboratory (CTL) is in the process of expanding its research efforts related to spectrum sharing in wireless communications. This research includes topics associated with distributed spectrum sensing, spectrum monitoring, signal propagation, interference between devices and networks, and evaluating a device's ability to share spectrum. The Shared-Spectrum Metrology (SSM) research group seeks to support these efforts by procuring software defined radios (SDRs), general purpose tools for transmitting, receiving, and processing a wide variety of waveforms for applications like wireless networking and radar. This is a Request for Quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 750 employees. This acquisition is being competed as a small business set aside. NIST anticipates the award of a single, firm-fixed price purchase order. All vendors shall provide a firm-fixed price quotation in accordance with the Instructions to Offeror's for the line item detailed in the Statement of Work. APPLICABLE ATTACHMENTS: Attached to this solicitation are the following: a. Statement of Work INSTRUCTIONS TO VENDORS: 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contract specialist within five (5) days of the posting. All responses to the 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. (end of provision) Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015) 1. Due Date and Response Information: All quotations must be submitted electronically to Susan McKean at susan.mckean@nist.gov. Offerors shall submit their quotations so that NIST receives them not later than NLT 12:00 pm MDT, Sep 14, 2016. FAX and hard-copy quotations will NOT be accepted. 2. Acknowledgement of solicitation amendment(s). 3. Acceptance of Terms and Conditions: This is an open-market solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) 4. SPECIFIC REQUIREMENTS: 4.1 Submittal Requirements 4.1.1. Administrative Information: The quote shall contain, at a minimum, the following business items: a) The Name, DUNS number, address, telephone number and email address of the contractor. b) A statement that the quote is valid for a minimum of 90 days from the date submitted. c) If the contractor's representations and certifications do not reflect the NAICS code governing this solicitation, contractors must submit documentation that they are a small business under the NAICS code governing this solicitation. d) The total number of pages of all required submissions shall not exceed 10 pages. Disclosures required by applicable clauses, such as FAR 52.212-3, do not count towards the page limitation. e) 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 quote 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 Contract, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quote. 4.1.2. Pricing Information: Responsible vendors will provide pricing for the following line items in the price Information section of the quotation. All specifications provided by the Contractor must meet or exceed the Brand Name specifications provided in the attached Statement of Work (SOW). Non-conforming specifications will not be considered for award: a) The vendor shall propose a firm-fixed price (FFP) for each Contract Line Item Number (CLIN), and an overall total FFP, which shall be the sum of the firm fixed prices proposed for each of the required CLINS (CLIN) detailed below and as specified in the attached SOW: CONTRACT LINE ITEM No. DESCRIPTION QUANTITY 0001 Software Defined Radio (SDR) 1 EACH Reference the attached SOW for further details Delivery: 80 Days After Receipt of Order (ARO) 0002 Product Support 3 YEAR Reference the attached SOW for further details Period of Performance: 3 Years After Receipt of Order (ARO) 4.2. EVALUATION CRITERIA AND BASIS FOR AWARD Evaluation Factors for Award: Award will be made, if at all, to the responsible offeror whose offer conforming to the requirements of the solicitation represents the best value to the Government considering both technical factors and price: (1) Technical: Hardware/software that meets/exceeds the technical specifications; and (2) Price. The technical factor is more important than the overall price. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factor. The Government reserves the right to consider information gathered from sources outside the offeror's proposals. 4.2.1. The following factors will be used to evaluate quotations: Technical Factors NIST will evaluate the extent to which the offeror's quotation meets or exceeds technical requirements as described in Sections II. Scope, and III. Specifications/Minimum Requirements (Nos.1-5) as listed in the attached SOW. NIST will evaluate the extent to which the offeror's quotation meets or exceeds technical requirements as described in the Additional Features (Nos. 6 -7) as listed in the attached SOW in making a best value determination. Price Price will be considered when the technical requirement has been met. The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements and equipment proposed/quoted. Price quotations shall be entirely compatible with the proposed technical solution(s). The degree of importance of the proposed prices will increase with the degree of equality of the quotations in relation to the technical factor on which the selection is to be based. The Government may award to other than the lowest priced Offeror or the highest technically rated quotation utilizing price as a trade-off for the technical factor. The Government reserves the right to make an award without discussions based solely upon initial quotations. Therefore, offerors should ensure that their initial quotation constitutes their best offer in terms of both price and the technical solution being proposed. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM. System for Award Management (SAM): In accordance with FAR 52.204-7, the awardee must be registered in SAM (www.sam.gov) prior to award. Refusal to register shall forfeit award. FAR Provisions: 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015) 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2016) 52.225-18 Place of Manufacture 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act Certificate (ALT III) (May 2014) 52.225-4 Buy American -- Free Trade Agreements--Israeli Trade Act Certificate (ALT III) (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) or (c) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." (b) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-- Free Trade Agreements--Israeli Trade Act"; Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No.: Country of Origin: (c) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) of this provision) as defined in the clause of this solicitation entitled "Buy American--Free Trade Agreement--Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No.: Country of Origin: (d) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of provision) 52.252-2 Clauses Incorporated by Reference (Feb 1998) FAR Clauses: 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2016) including subparagraphs: • 52.203-6 Restrictions of Subcontractor Sales to the Government (Sept 2006) • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) • 52.209-6 Protecting the Government`s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) • 52.219-28 Post Award Small Business Program Representation (JUL 2013) • 52.222-3 Convict Labor (Jun 2003) • 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) • 52.222-21 Prohibition of Segregated Facilities (APR 2015) • 52.222-22 Previous Contracts and Compliance Reports • 52.222-26 Equal Opportunity (APR 2015) • 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) • 52.222-37 Employment Reports on Veterans (FEB 2016) • 52.222-50 Combating Trafficking in Persons (Mar 2015) • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-1 Payments (Apr 1984) 52.232-15 Progress Payments Not Included (Apr 1984) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.243-1 Changes--Fixed-Price (Aug 1987) 52.244-6 Subcontracts for Commercial Items (Jun 2016) 52.247-34 F.O.B. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.212-4 Contract Terms and Conditions--Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Jun 2016) 52.216-24 Limitation of Government Liability (Apr 1984) The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All CAR clauses may be viewed at http://www.ecfr.gov Department of Commerce Acquisition Regulation (CAR) clauses: 1352.201-70 Contracting Officer's Authority (Apr 2010) 1352.209-73 Compliance with The Laws (Apr 2010) 1352.209-74 Organizational Conflict of Interest (Apr 2010) 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (Apr 2010) 1352.246-70 Place of Acceptance (Apr 2010) 1352.233-70 Agency Protests (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: MICHAEL FREDERICKS, CONTRACTING OFFICER 325 Broadway, Bldg 111/Rm 109 Boulder, CO 80305 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division, Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division, Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: National Institute of Standards and Technology 325 Broadway, Boulder, CO 80305 NIST Provisions and Clauses: NIST LOCAL 04 Billing Instruction (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/37f8f2ba0ddbe2a7cd21ce080e0d7f8a)
- Place of Performance
- Address: 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN04262484-W 20160910/160908234946-37f8f2ba0ddbe2a7cd21ce080e0d7f8a (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 |