Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

66 -- WR15 Radiometer Noise Diodes - RFQ NB672010-17-03174

Notice Date
5/15/2017
 
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), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB672010-17-03174
 
Archive Date
6/6/2017
 
Point of Contact
Aron Krischel, Phone: 3034973032
 
E-Mail Address
aron.krischel@nist.gov
(aron.krischel@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NB672010-17-03174, WR 15 Radiometer Noise Diodes Greetings, This is a combined synopsis/solicitation for commercial items conducted in accordance with FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice and the accompanying attachments. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is being issued as a request for quotation (RFQ) # NB672010-17-03174. The Contracting Officer will not use nor shall this solicitation be subject to the formal source selection procedures described in FAR part 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88-1. The National Institute of Standards and Technology (NIST) has a requirement for the purchase of two (2) WR15 Radiometer Noise Diodes. Attached are the specifications for solicitation NB672010-17-03174. Please submit a quote for the required WR15 Radiometer Noise Diodes that meets the requirements. This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code 334515, Instrument Manufacturing For Measuring And Testing Electricity And Electrical Signals, having a Small Business Size Standard of 750 employees. All communications and documents must include the solicitation # NB672010-17-03174. Please email your quote to me at aron.krischel@nist.gov no later than May 22, 2017, 2:00 PM Mountain Time. Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at aron.krischel@nist.gov no later than May 18, 2017 at 2:30 pm. Your quote must meet all of the requirements of FAR 52.212-1, as well as include the following information: · Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. · Firm fixed price quote for two (2) WR15 Radiometer Noise Diodes. · Payment Terms: Net 30. · The requested delivery is within 10 weeks after receipt of the order (ARO). FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. · Company DUNS No. In order to be eligible for this award, the quoter must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. The provision at FAR 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account. BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. This will be a firm fixed price purchase order. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the quoter’s initial quotation should contain the quoter’s best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an “unacceptable“ technical rating. PRICE: Price shall be evaluated for reasonableness. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor – Cooperation With Authorities And Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.225-18 – Place of Manufacture. FAR 52.232-15, Progress Payments Not Included CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests FAR 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer’s Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 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: NIST Shipping and Receiving 325 Broadway Boulder, CO 80305 NIST LOCAL-04 BILLING INSTRUCTIONS (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 NIST LOCAL - 39, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS (1)If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis. (2)For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an Issuable unit. (3)The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. If you have any questions, please do not hesitate to contact me at aron.krischel@nist.gov. Thank you. Aron Krischel Contracting Officer for National Institute of Technology 325 Broadway Boulder, CO 80305 Requirements NB672010-17-03174 Noise Diodes Components for WR15 Radiometer 1. BACKGROUND The Radio Frequency Electronics (RFE) Group of the Radio Frequency Technology (RFT) Division at the National Institute of Standards and Technology (NIST) in Boulder, CO, requires two (2) WR15 Noise Diode components to provide noise source references to track the performance of a WR15 radiometer over its operational life. This radiometer performs noise metrology in the WR15 band from 50 GHz to 75 GHz. The Noise Project maintains several waveguide radiometers to provide U.S. industry and government with traceable measurements on noise sources that are used in systems critical to national needs. Reference noise sources are used to track the long-term stability of instruments such as radiometers. The current devices carried in the WR15 waveguide radiometer are gas-discharge tubes which are obsolete and their replacement with noise diode components is critical. 2. SCOPE The RFE Group intends to map noise spectra of customer components from within the WR15 band into lower frequencies with a set of known bandwidths to measure the spectral power. Accomplishing this metrology relies on the existing WR15 radiometer that measures noise power emitted by a given customer part. To maintain the long-term measurement credibility, two (2) WR15 noise diodes are needed for noise source references to replace the gas-discharge tubes. These will be used to evaluate and qualify the WR15 radiometer performance during its operational life. 3. SPECIFICATIONS The Contractor shall provide two (2) WR15 noise diodes with the following requirements: - Noise power across the full WR15 band, from 50 GHz to 75 GHz - Standard WR15 waveguide flang UG-385 U - Typical ENR of 15 dB - Typical flatness of +/- 2 dB - Bias voltage 28 V - Protected from reflection along the signal path by an atached integral isolator 4. DELIVERY: The contractor shall deliver two (2) WR15 Noise diodes NLT 10 weeks ARO 5. ACCEPTANCE/INSPECTION NIST personnel will qualify the components upon receipt. 6. WARRANTY The Contractor include a minimum 12-month warranty.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB672010-17-03174/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN04509163-W 20170517/170515235313-72e22d82dd87e3b19eacaf6ed13d0b93 (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.