Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
MODIFICATION

66 -- Laser Based Isotope Ratio Infrared Spectrometer

Notice Date
7/13/2017
 
Notice Type
Modification/Amendment
 
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-0649
 
Archive Date
8/5/2017
 
Point of Contact
Latish Walker, Phone: 3019750474
 
E-Mail Address
latish.walker@nist.gov
(latish.walker@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION SB1341-17-RQ-0649 Laser Based Isotope Ratio Infrared Spectrometer 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 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 is a Total Small business set-aside competition. The National Institute of Standards & Technology (NIST) has a requirement for a laser based isotope ratio infrared spectrometer meeting the requirements of the attached Statement of Work (SOW). This is a brand name or equal requirement. Quoters must provide the brand name identified within the Specifications document, or a technically equivalent item possessing the salient characteristics described in the SOW. Responsible quoters shall provide pricing for the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award. Line Item 0001: Quantity one (1), Aerodyne Mini-TILDAS CO2 Isotope Monitor, meeting all salient characteristics in accordance with the SOW, inclusive of F.O.B Destination Shipping, Installation, and Warranty. Line Item 0002: Quantity one (1), Agilent SH-110 Scroll Pump, inclusive of F.O.B Destination Shipping, and Warranty. Line Item 0003: Training for up to three (3) NIST staff covering normal operation, troubleshooting, routine maintenance, and an on-site test report. Delivery The system must be delivered within 90 days of the date of award. The items shall be shipped F.O.B. Destination to: The National Institute of Standards and Technology ATTN: Abneesh Srivastava 100 Bureau Drive Building 301 Gaithersburg, MD 20899 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. Technically acceptable means that the Contractor provides a system that meets the requirements contained in the SOW, and the requirements of all Line Items in the solicitation. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1. For the purpose of evaluation of Technical Acceptability: Documentation that demonstrates that the contractor is capable of providing the brand name or equal equipment specified in the SOW. Quoters shall include a copy of the quoted system's manufacturer's specifications. 2. A firm-fixed-price quotation for each Line Item as specified in the Contract Line Items. 3. A completed 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. 6. If the Quoter's representations and certifications do not reflect the NAICS code governing this solicitation, Quoters must submit documentation that they are a small business under the NAICS code governing this solicitation. 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 11:00 a.m. Eastern Time on Wednesday, July 5, 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, June 28, 2017. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. The solicitation is being modified to extend the close date for one week, until July 21, 2017@ 11:00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-17-RQ-0649/listing.html)
 
Record
SN04578371-W 20170715/170713235334-75dccf25267546fd2718c4c303840f58 (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.