Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOLICITATION NOTICE

66 -- DRAFT RFQ: Automated Microbial Culture, Sample Preparation, and Analysis System - DRAFT RFQ ATTACHMENTS

Notice Date
5/3/2017
 
Notice Type
Presolicitation
 
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
SB134117RQ0418
 
Archive Date
6/2/2017
 
Point of Contact
DENNIS R. BAILEY, Phone: 3019756219
 
E-Mail Address
dennis.bailey@nist.gov
(dennis.bailey@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT RFQ ATTACHMENT 2 - APPLICABLE PROVISIONS AND CLAUSES DRAFT RFQ ATTACHMENT 1 - SOW This is a DRAFT combined synopsis/solicitation for commercial items. NIST seeks valuable industry feedback in response to this draft in order to better define this requirement. It is for the same requirement that was the subject of NIST Sources Sought Notice No. NIST-MML-17-SS9 posted in FBO on 2/2/2017. NIST intends to eventually release a final combined synopsis/solicitation 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 draft notice. The eventual solicitation will be issued under the authority of FAR Part 13.5 Simplified Procedures for Certain Commercial Items. This draft solicitation is a draft Request for Quotations (RFQ). The draft solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 effective 1/19/2017. The associated North American Industrial Classification System (NAICS) code for the eventual procurement is 334516 with a small business size standard of 1,000 employees. It is anticipated that the eventual acquisition will be procured using a Total Small Business Set Aside. As such, only small businesses meeting the designated size standard (1,000 employees or less) are expected to be considered for award. The National Institute of Standards and Technology (NIST) requires an automated system for microbial culture, sample preparation, and analysis, with components, software, optional components, and optional years of maintenance services in accordance with the attached DRAFT Statement of Work. ANTICIPATED PERIOD OF PERFORMANCE Base Period: Delivery, installation training and warranty for the equipment shall be approximately twenty (20) 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 the eventual solicitation to the responsible Contractor whose quotation, conforming to the eventual solicitation will provide the best value to the Government, price and other factors considered. The Government reserves the right not to 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 more important than price. For the Evaluation of Technical Capability: Evaluation of technical capability will be based on the information provided in the quotations eventually submitted in response to the final solicitation. 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: •In place of the minimum required enclosure listed in Line Item 0002 of the SOW, a biosafety level 2 enclosure, with negative pressure inside the enclosure and HEPA filtration for both inlet and outlet air streams, and with containment alarm integrated into control/scheduling software (Line Item 0011) to indicate containment failure (open doors). •A system with multi-mode plate reader (SOW Line Item 0001.5) that provides temperature uniformity of ±0.25°C or better at 37°C. •System software that includes a software development kit (SDK) for user development of new instrument drivers and to facilitate interactions with user databases and Laboratory Information Management Systems (LIMS). For the Evaluation of Past Performance: Evaluation of past performance will be based on the references provided and/or the Contractor'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 Contractor. The Government will evaluate relevant past performance information based on Past Performance Surveys and by contacting appropriate references, including NIST references and the Past Performance Information Retrieval System (PPIRS); if applicable. The Government may also consider information available from other sources. In the case of a Contractor without a record of relevant past performance or for whom information on past performance is not available, the Contractor will be evaluated neither favorably nor unfavorably. For the Evaluation of Price: The proposed Firm-Fixed-Price will be evaluated to 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. The total price will be evaluated inclusive of all optional line items. Additionally, the Government will consider the total ownership cost of the system as it relates to the cost of consumables. The availability and market pricing of consumable items required to operate the system will be evaluated to determine their potential impact on the Government's total ownership cost of the system. ANTICIPATED REQUIRED SUBMISSIONS TO THE EVENTUAL FINAL RFQ (NOT THIS NOTICE) All Contractors shall submit the following in response to the eventual final solicitation: 1.For the purpose of evaluation of Technical Capability: Documentation that clearly demonstrates the quoted system's ability to meet all required specifications, all requirements of all Line Items including the following: (A)Technical description or product literature for each component of the quoted system. (B)Demonstration that the quoted system meets or exceeds each minimum requirement described in the SOW by providing a citation to the relevant section of its technical description or additional information. (C)A description of the software licensing (number of seats/computers, use of dongle(s), etc.) for the software specified in Line Item 0011. (D)A system schematic or drawing that identifies the vendor's proposed placement of every required hardware component listed in Line Item 0001 as well as other hardware components necessary for system integration. 2.For the purpose of Past Performance: A list of references - Government or non-Government are acceptable - for whom the same or similar products have been provided within the past three (3) years. The list of references should include: (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; (v)A description of the type of product provided; (vi)The date of delivery or the date services were completed. 3.For the purpose of Price: (i) A firm-fixed price quotation for each Contract Line Item, and a total firm fixed-price inclusive of all required line items. For Option Line Items 0004, 0005, 0006, 0007, 0008, 0009, 0010, and 0012, (not 0016, 0017, or 0018), the Contractor shall specify the maximum period after award, not to exceed six (6) months, to exercise each option without impacting the delivery schedule for the System as a whole. Quoted price for all Option Line Items should include the additional cost, if applicable, for hardware and software required to fully integrate the optional components into the automated system. (ii) A detailed list of any consumables that are specific to the operation of the quoted system (e.g., pipette tips, sealing films, electroporation plates) and that are required for operation of the quoted system over the period of performance. Please note that SBS-format multi-well plates, as listed in Section VIII of the DRAFT SOW, for example, are not considered as "specific to the operation of the quoted system." Also, please note that the consumables are not being procured under this contract action; the pricing information is requested to facilitate the Government's consideration of any factors that might impact total ownership costs. For any consumable, the contractor shall provide the following information, as applicable: •Description of consumable •Discussion of whether the consumable is required for normal, routine operation, or if only situationally required; if situationally required, a discussion of the circumstances warranting the use of that consumable •A list of three available sources to procure the consumable with contact information and estimated pricing. If less than three sources are available for a consumable, the contractor shall provide a rationale for the limited availability. 4.Contractors shall include a completed copy of all required provisions (highlighted in blue in the attached Provisions/Clauses document). 5.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. 6.Contractors shall provide an active DUNS # for the System for Award Management (SAM) registration. Contractors must have an active registration at www.SAM.Gov to receive an award. 7.If the Contractor's representations and certifications in SAM.gov 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. DUE DATE FOR FEEDBACK IN RESPONSE TO THIS DRAFT RFQ Contractors are encouraged to provide meaningful feedback in response to this draft RFQ to help NIST develop the final RFQ. To be considered, feedback must be submitted by 12:00 PM EST on May 18, 2017 via email to Dennis Bailey, Contract Specialist at dennis.bailey@nist.gov. DUE DATE FOR QUOTATIONS IN RESPONSE TO EVENTUAL FINAL RFQ E-mail quotations are required. All quotations must be submitted via e-mail to Dennis Bailey, Contract Specialist at dennis.bailey@nist.gov. Submission must be received not later than [TBD]. A quotation shall be considered received when it is received in the electronic inbox of Dennis Bailey not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to Dennis Bailey by [TBD]. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. DRAFT PROVISIONS AND CLAUSES The draft clauses and provisions applicable to this draft solicitation can be found under the attachment DRAFT RFQ ATTACHMENT 2 - APPLICABLE PROVISIONS AND CLAUSES. 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 draft solicitation: 1. DRAFT RFQ ATTACHEMENT 1 - SOW 2. DRAFT RFQ ATTACHMENT 2 - APPLICABLE PROVISIONS AND CLAUSES 3. RFQ ATTACHMENT 3 - LINE ITEM SCHEDULE (to be included with final RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134117RQ0418/listing.html)
 
Place of Performance
Address: Contractor facility with installation and training to occur at NIST's campus in Gaithersburg, MD., United States
 
Record
SN04494474-W 20170505/170503234934-bcca15a7c2714f2c0e423b99913c0734 (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.