Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

66 -- Soft x-ray CCD Detectors - Statement of Work - Applicable Provisions & Clauses

Notice Date
5/11/2017
 
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
SB1341-17-RQ-0443
 
Archive Date
6/9/2017
 
Point of Contact
Latish Walker, Phone: 3019750474, Grace H. Garrity, Phone: 3019752345
 
E-Mail Address
latish.walker@nist.gov, grace.garrity@nist.gov
(latish.walker@nist.gov, grace.garrity@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Applicable Provisions & Clauses Statement of Work CCD Detectors COMBINED SYNOPSIS/SOLICITATION SB1341-17-RQ-0443 Large Area Soft X-ray CCD Detector 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 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) 2005-94 effective 1/19/2017. 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 will use full and open competition procedures. The National Institute of Standards and Technology (NIST) needs to procure large-area high-sensitivity detectors necessary to collect the relatively weak scattering of soft X-rays from low Z materials, which are prone to beam damage. The use of soft X-rays requires that the full flight path of the X-rays be at ultra-high vacuum. Additionally, because the interaction depth of Soft X-rays is different than light, special thinned back-illuminated CCDs must be used for direct detection of the X-rays (the most sensitive detection method). This detector will be the main data collection element of a soft X-ray scattering facility to be installed at the NIST beamline SST-1 at the National Synchrotron Light Source-II within the NIST suite of beamlines of Brookhaven National Laboratory in Upton, New York. The period of performance for all line items shall be in accordance with the following: Base Period: Delivery of the CCD Detector meeting all specifications in accordance with the statement of work document inclusive of F.O.B Destination Shipping and warranty. Optional FAR 52.217-7 Line Item: The option for a second CCD camera system may be exercised at time of award or within 24 months from date of award. Delivery The items shall be shipped F.O.B Destination to: Brookhaven National Laboratory The National Synchrotron Light Source-II NIST suite of Beamlines PO Box 5000 Upton, NY 11973-5000 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, is the lowest priced, technically acceptable quotation. NIST intends to evaluate quotes and issue a contract based on the initial quotes received. Therefore, the Contractor's initial quote should contain the Contractor's best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary. Technical Acceptability will be evaluated as follows: The Government will evaluate the Contractor's technical approach to determine that it has adequately demonstrated: • The ability to successfully deliver the requirements for the X-ray CCD Detector articulated in the solicitation; • A complete understanding of the Government's requirements as stated in the acceptance criteria; • Meet or exceed timeframes as stated in the deliverables section of the solicitation; • Provide an itemization of the optional line item for the second CCD Detector. The Government will evaluate the Contractor's past performance information to determine whether the contractor has a satisfactory or better rating of past performance in the past three years. The Government reserves the right to obtain past performance information from other sources. The Government will assign a neutral rating to Contractors with no relevant past performance. If the Government determines that Past Performance issues represent an unreasonable risk of performance failure, the Contractor's quote may be determined to be technically unacceptable. Price will be evaluated to determine that the total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government inclusive of a base period and an optional period. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1. For the purpose of evaluation of Technical Acceptability: Documentation including system requirements that confirms the contractor has demonstrated the ability to deliver the requirements of the CCD Detector specified in the statement of work; the Contractor's approach to ensuring timely deliverables. 2. Contractors shall provide a firm-fixed-price quotation for base and one optional line item to complete the requirements of the Statement of Work. Pricing shall be provided as follows: CLIN 0001, Firm-Fixed Price (BASE LINE ITEM): Delivery of the Soft X-ray CCD Detector meeting all specifications in accordance with the statement of work document inclusive of F.O.B Destination Shipping and warranty. $_________________total firm-fixed price. CLIN 0002, Firm-Fixed Price (FAR 52.217-7, OPTIONAL LINE ITEM): Vendor shall provide pricing if ordering a second CCD Detector at the following intervals: • Simultaneous at time of award $_________________total firm-fixed price. • Within 12 months of award $_________________total firm-fixed price. • Within 24 months of award $_________________total firm-fixed price. Note, only one of the three (3) options above will be ordered. 3. A complete version of all required solicitation provisions (see attached provisions/clauses document - required submissions highlighted in blue). 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 Tish Walker, Contract Specialist at latish.walker@nist.gov Submission must be received not later than 1:00 p.m. Eastern Time on Wednesday, May 25, 2017. A quotation shall be considered received when it is received in the electronic inbox of Tish Walker not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to latish.walker@nist.gov by 11:00 a.m. Eastern Time on Wednesday, May 18, 2017. 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/SB1341-17-RQ-0443/listing.html)
 
Place of Performance
Address: Brookhaven National Laboratory, The National Synchrotron Light Source-II, NIST suite of Beamlines, PO Box 5000, Upton, New York, 11973, United States
Zip Code: 11973
 
Record
SN04506218-W 20170513/170512000836-daa61eb7da514162e685d954521bb272 (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.