Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2022 SAM #7428
SOLICITATION NOTICE

66 -- Brand-Name Only Sumitomo Closed-cycle mechanical cryocooler

Notice Date
3/31/2022 10:39:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
AMD-TC-RQ-22-00906
 
Response Due
4/7/2022 11:00:00 AM
 
Archive Date
04/22/2022
 
Point of Contact
Hunter Tjugum, Phone: 3019752015
 
E-Mail Address
hunter.tjugum@nist.gov
(hunter.tjugum@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) �� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� (ii) �� �The solicitation number is AMD-TC-RQ-22-00906 and the solicitation is issued as a Request for Quotation (RFQ), on a restricted small business set-aside basis. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items. A Fixed-Price type of Purchase Order contract is contemplated for any resulting contract entered into as a result of this solicitation.� �� �BRAND-NAME ONLY JUSTIFICATION This acquisition is being conducted under the authority of FAR Subpart 13.106(b)(1) allowing the Contracting Officer (CO) to solicit from one source (Including Brand-Name). The justification for the required Brand-Name only specifications is based on compatibility with existing hardware and software components. Specifically, NIST operates an existing cryostat system with Sumitomo equipment to perform measurements on superconducting nanowire single-photon detectors in a quantum network testbed. The subject Sumitomo cryocooler will be used for cooling single-photon detectors, electronics, optics, and other stages of refrigeration down to temperatures below 4,000 degrees Kelvin. The closed-cycle mechanical cryocooler will be directly integrated within NIST�s existing cryostat design and quantum network testbed. To ensure compatibility with existing equipment and continuity of research, only the Sumitomo Closed-Cycle Mechanical Cryocooler is acceptable.� (iii) �� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2022-04 / 1-30-2022. (iv) �� �The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with the small business size standard of 1,000 Employees. A Total Small Business Set-Aside restriction is applicable.� (v)�� �Specifications: See attached Statement of Need document.� � (vi)�� �The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror 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 these addresses: https://www.acquisition.gov/?q=browsefar� http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl� (End of provision)� The following provisions apply to this acquisition and are incorporated by reference: � FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation � FAR 52.204-7, System for Award Management � FAR 52.204-16, Commercial and Government Entity Code Reporting � FAR 52.204-17, Ownership or Control of Offeror � FAR 52.204-20, Predecessor of Offeror � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment � FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation � FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation � FAR 52.212-1, Instructions to Offerors-Commercial Items � FAR 52.212-3, Offeror Representations and Certifications-Commercial Items � FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran The clause at FAR 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far � � � http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl� (End of clause) �� �Instructions to Offerors. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� The Contractor shall provide a Firm-Fixed-Price Quotation corresponding to the Part Numbers, Quantity, Model numbers, and Description of the CLINS identified in the attached Statement of Need. All items quoted shall be on a brand name only basis meeting or exceeding the salient characteristics described in this solicitation as the minimum specifications. Shipping and Delivery cost must be included in the quotation either as a separate line item or contained in the total price of the quote. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, any warranty or training considerations, and any other information or factors that may be considered in the award decision. Such factors may include special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. � (vii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror�s submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor�s ability to meet the government�s SALIENT CHARACTERISTICS stated in this notice and on ability to deliver required supplies timely. Responses to this solicitation must include clear and convincing evidence of the Offeror�s capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors� will be determined to be �technically acceptable� or �technically unacceptable� based on an evaluation of responses against the following factor to determine if, as submitted, the quotation is technically acceptable. (1) Technical Capability: �The Offeror must indicate in its quotation the ability to provide all of the requirements identified in the Statement of Need. The Offeror must indicate in its quotation the ability to meet the delivery requirements (delivery within 26 weeks ARO). Offerors submitting a quotation with evidence of successfully achieving these two requirements will be determined to be technically acceptable.� Respondents that believe that they are manufacturers or authorized resellers of any BRAND-NAME product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. (viii)�� �The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This requirement may be fulfilled by current completion of this provision in www.SAM.gov. �� � (ix)�� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.� (x)�� �The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated by reference. The following provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items are applicable to this solicitation:� 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Rerepresentation 52.219-33, Nonmanufacturer Rule 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 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American-Supplies 52.225-13 Restrictions on certain foreign purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management The following provisions apply to this acquisition and are incorporated as an attachment, and MUST be completed and submitted with any response to this RFQ: � FAR 52.204-20 Predecessor of Offeror � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment � FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation � FAR 52.209-5 Certification Regarding Responsibility Matters � FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law � FAR 52.225-2 Buy American Certificate The following clauses apply to this acquisition and are incorporated by reference: ��� �FAR 52.204-13, System for Award Management Maintenance ��� �FAR 52.204-18, Commercial and Government Entity Code Maintenance ��� �FAR 52-204-19, Incorporation by Reference of Representations and Certifications� ��� �FAR 52.212-4, Contract Terms and Conditions--Commercial Items� ��� �FAR 52.232-39, Unenforceability of Unauthorized Obligations� ��� �FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors [DOC Deviation April 2020] (xi)�� �The provision at CAR 1352.233-70 AGENCY PROTESTS (APR 2010) applies to this acquisition and incorporated in full text: An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999). Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: LAUREN ROLLER, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 Agency protests filed with the 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 A complete copy of all agency protest, 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. 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 Provision) (xii)�� �The provision at CAR 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) is applicable to this solicitation and incorporated in full text.� (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 Provision) (xiii)�� �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� 1352.201-70 � Contracting Officers Authority� 1352.209-73 � Compliance with the Laws (APR 2010) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1352.209-74 � Organizational Conflict of Interest � � � � � � �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� 1352.246-70 � Place of Acceptance (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: 100 Bureau Drive, Gaithersburg, MD. 20899 NIST LOCAL 54 � BILLING INSTRUCTIONS NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following:� (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. (End of Clause) NIST LOCAL 53 � CONTRACT PERFORMANCE DURING CHANGES IN NIST OPERATING STATUS Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status: Gaithersburg Campus Operating Status Line:� (301) 975-8000 (800) 437-4385 x8000 (toll free) Boulder Campus Operating Status Line:� (303) 497-4000 During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management�s website at www.opm.gov for the Federal Government operating status.� NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer�s Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed. Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance. (End of Clause) (xiv)�� �The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xv)�� �The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.� (xvi)�� �The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov.� (xvii)�� �Offerors must submit all questions concerning this solicitation in writing to hunter.tjugum@nist.gov. �Questions shall be received no later than five (5) calendar days after the issuance date of this solicitation. Any responses to 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. � (xviii)�� �All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nist.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum, Contract Specialist, by email at hunter.tjugum@nist.gov or by phone at 301-975-2015.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f58727c068d4459b16eae069f832af9/view)
 
Record
SN06286614-F 20220402/220331230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.