Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

66 -- Thermo Fisher Scientific Ion Chromatography System (Brand Name Only)

Notice Date
4/19/2023 6:36:43 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
1333ND23QNB640214
 
Response Due
5/1/2023 7:00:00 AM
 
Archive Date
05/16/2023
 
Point of Contact
Rudolph Spencer, Donald Graham, Phone: 3019758567
 
E-Mail Address
rudolph.spencer@nist.gov, donald.graham@nist.gov
(rudolph.spencer@nist.gov, donald.graham@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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.� THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PARTS 12 AND 13. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2023-02 effective March 16, 2023. This procurement is being solicited as a 100% small business set-aside.� The associated North American Industrial Classification System (NAICS) code for this procurement is 333416 with a small business size standard of 1,000 employees. Quoters must possess an ACTIVE registration in the System for Award Management system, www.SAM.gov, when submitting a quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract resulting from this solicitation. The Contracting Officer will confirm that quoters have an �active� registration at the www.sam.gov website upon receipt of the quotation. If the SAM.Gov registration is not active, the quotation will not be considered for award. The objective of this solicitation is to establish a Firm-Fixed-Price purchase order based on the specifications described in the attached Statement of Requirements. This is a BRAND NAME ONLY requirement for the Thermo Fisher Scientific Ion Chromatography System Any manufacturer other than the stated one will not be accepted. BRAND NAME RATIONALE NIST requires an ion chromatography system that can be directly coupled to our existing Thermo Quantis triple quadrupole mass spectrometer.� The system must be able to be run off Chromeleon software, which is the native software for the Thermo Quantis system. To enhance the capabilities of the Surface and Trace Chemical Analysis Group (STCAG) and the Materials Measurement Science Division (MMSD) as a whole. Market research identified three manufacturers of ion chromatography systems (Thermo Fisher Scientific, Metrohm, and Sykam).� Discussions with these manufacturers revealed that no system, except for that manufactured by Thermo Fisher Scientific, will be compatible with the existing government owned Thermo Fisher Scientific triple quadrupole mass spectrometer. Analysis of the IC systems from other vendors found that none were capable of being controlled by the existing proprietary Chromeleon software, which means they would not be capable of fully integrating with the existing Thermo Fisher Scientific triple quadrupole mass spectrometer.� Significant modifications to existing accessories or the purchasing of a new triple quadrupole mass spectrometer would need to be completed to have equivalent capabilities. SPECIFIC REQUIREMENTS Responsible quoters shall provide a quotation for the following Contract Line Items (CLINs), in accordance with the specifications outlined in the attached Statement of Requirement. All equipment must be new. Used or remanufactured equipment will not be considered for award.: CONTRACT LINE ITEMS: Line Item 0001: (Quantity 1 Each) Thermo Fisher Scientific Ion Chromatography System to Couple to an Existing Triple Quadrupole Mass Spectrometer inclusive of accessories, instructions manual, delivery/shipping, installation, training; and warranty in accordance with the Statement of Requirements. OPTIONAL ITEMS (LINs 0002-0004 ARE OPTIONAL ITEMS � EXERCISE OF ONE OR ALL OPTIONAL ITEMS IS SOLELY AT THE DISCRETION OF THE GOVERNMENT) Option Year 1: Line Item 0002 (Quantity 4 QR) 1-Year Extended Warranty inclusive of one (1) routine and preventive maintenance visit, emergency service visits, parts, labor and travel, in accordance with the Statement of Requirements.� Begins day one (1) after initial warranty period ends. Option Year 2: Line Item 0003 (Quantity 4 QR) 1-Year Extended Warranty inclusive of one (1) routine and preventive maintenance visit, emergency service visits, parts, labor and travel, in accordance with the Statement of Requirements.� Begins day one (1) after Option Year 1 ends. Option Year 3: Line Item 0004 (Quantity 4 QR) 1-Year Extended Warranty inclusive of one (1) routine and preventive maintenance visit, emergency service visits, parts, labor and travel, in accordance with the Statement of Requirements.� Begins day one (1) after Option Year 2 ends. DELIVERY TERMS Delivery terms shall be FOB Destination. 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. �All shipping costs shall be included in the total firm-fixed price. PAYMENT TERMS Partial payments will not be authorized. One aggregate payment shall be made. The Contractor will be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice. A proper invoice will be approved for payment if all componentry has been delivered, all technical requirements have been met, and installation/training has been successfully completed. The invoice will not be approved if any items are outstanding, and/or have been rejected. For the Option Yr. service contract LINs, if any or all are exercised, the Contractor shall invoice quarterly, in arrears. EVALUATION CRITERIA & BASIS FOR AWARD: The Government intends to award a purchase order resulting from this solicitation to the responsible Contractor whose quotation, conforming to the solicitation, provides the lowest priced, technically acceptable quote. Technically acceptable means that the quote: Meets or exceeds the brand name only minimum equipment specifications listed within the Statement of Requirements; �Meets training, warranty, and installation requirements as applicable; and �Meets the required delivery schedule. Price: The price evaluation will determine whether the quoted prices are fair and reasonable in relation to the solicitation requirements.� Quoted prices must be entirely compatible with the technical quotation. INSTRUCTIONS: Completed Solicitation Provisions A completed version of all required solicitation provisions (see attached provisions/clauses document � required submissions highlighted in blue).� Due Date for Quotations and Questions All quotations must be submitted, via e-mail, to Rudolph Spencer, Contract Specialist, at rudolph.spencer@nist.gov with a carbon copy to Donald Graham, Contracting Officer, at donald.graham@nist.gov. Submissions must be received no later than 1:00 p.m. Eastern Time on May 1, 2023. FAX quotations will not be accepted. �Quoters must reference the RFQ number in the subject line of the e-mail submission. ��Quotes shall not be deemed received by the Government until the quotation has entered the e-mail inbox of the individual(s) set forth above. Questions: All questions regarding this notice must be submitted via e-mail to rudolph.spencer@nist.gov with a carbon copy to Donald Graham, Contracting Officer, at donald.graham@nist.gov, no later than 1:00 p.m. Eastern Time on April 25, 2023. Quotation Preparation Instructions Each quotation shall consist of two (2) separate electronic files: (1) Technical Quotation and (2) Pricing Quotation. Technical Quotation- Shall include the following: (1) Technical description and/or product literature.� Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered products meet the BRAND NAME only specifications outlined in the statement of requirements. It is the responsibility of the quoter to ensure that submitted documentation clearly addresses all specifications and requirements. If applicable, evidence that the offeror is authorized by the original provider to provide the item(s) in the quotation should be included. (2) The quoted delivery timeline for the contract line items. (3) A description of the quoted installation, training, and warranty. Price Quotation: (1) All Quoters shall submit a firm fixed price, FOB Destination, price quotation for the contract line items. The quotation must include a unit price and total amount for each line item and the aggregate price for all contract line items. (2) The price quotation shall include a cover page with the following information: The solicitation number 1333ND23QNB640214; The name and address, of the Quoter; The name, phone number, and email address of the Quoter�s point of contact; Unique Entity Identifier # for Quoter�s active SAM.Gov registration. Any applicable discount terms. A statement that the Contractor agrees to all terms, conditions, and provisions included in the solicitation. 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.� A statement that the quotation is valid for a minimum of 60 days from the response deadline of 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. 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 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 Requirements 2. Applicable Clauses & Provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d51de098ea5417cb831141d9513b764/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN06656228-F 20230421/230419230118 (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.