Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
SOLICITATION NOTICE

J -- Power Upgrade

Notice Date
2/29/2024 3:50:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NB184000-24-01177
 
Response Due
3/15/2024 5:00:00 AM
 
Archive Date
03/30/2024
 
Point of Contact
Prateema E. Carvajal, Phone: 3019754390
 
E-Mail Address
prateema.carvajal@nist.gov
(prateema.carvajal@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 UNDER FAR PART 13. The Computer Facilities Services Team (CFST), part of the Infrastructure Services Division (ISD/184), provides Computing Facilities Services support for NIST location in Gaithersburg, Maryland that runs 24 X 7 to service the Gaithersburg campus.� To support critical IT equipment that are equipped with power supplies rated at 3000 Watts or higher, a power upgrade to IT equipment racks is needed.� CFST is seeking to upgrade existing single-phase power to the IT equipment racks to three-phase power providing greater efficiency and more power.� The associated North American Industrial Classification System (NAICS) code for this procurement is 423610, Electrical Apparatus and Equipment Wiring , with a small business size standard of 500 Employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-019. This requirement is a 100% small business set aside. SCHDULE OF REQUIRED ITEMS:� The Contractor shall provide a Power Upgrade to existing IT equipment racks from a single-phase power to a three-phase power in accordance with the Statement of Work. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM Provisions: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-25�Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-29 Federal Acquisition Supply Chain Security Act orders Representation and Disclosures 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items FAR Clauses: 52.204-30 - Federal Acquisition Supply Chain Security Act Orders Prohibition 52.205-26���� Covered Telecommunications Equipment or Services-Representation 52.212-4������ Contract Terms and Conditions-Commercial Items 52.212-5������� Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items including subparagraphs: 52.203-19����� Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10���� Reporting Executive compensation and first-Tier Subcontract Awards 52.209-6������ Protecting the Government�s interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6 52.219-13 Notice of Total Small Business Set aside Notice of Set-Aside of Orders 52.219-28 Post Award Small Business Program Re-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 52.223-18 Combating Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management �Commerce Acquisition Regulations (CAR) Clauses: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance With the Laws 1352.209-74, Organizational Conflict of Interest 1352.215-72, Inquiries Offerors shall submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 12:00 pm EST, 5 calendar days prior to submission deadline. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation.� Requests shall include complete company name, address, telephone and e-mail address.� FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED.� 1352.233-70, Agency Protests (APR 2010) (a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN:� MONICA BROWN, CONTRACTING OFFICER ���������� 100 Bureau Drive, MS 1640 ���������� Gaithersburg, MD 20899 (c) Agency protests filed with the agency 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 (d) A complete copy of all agency protests, 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. (e) 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, NW. ������������������������� Washington, DC 20230 ������������������������� FAX: (202) 482-5858. (End of clause) 1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) (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, NW. ������������������������� Washington, DC 20230 ������������������������� FAX: (202) 482-5858. (End of clause) �NIST LOCAL-54 ELECTRONIC 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. NIST LOCAL-56 Upon written notice from the contracting officer the following supersedes all other instructions for the submission of payment requests. Accordingly, following written notice payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable payment request or invoicing instructions, Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: ** Insert required documents� The Contractor must use the IPP website to register, access, and use IPP for submitting payment requests. If not already enrolled, the Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email within three to five business days of the addition of the contract award to IPP. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email: IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting payment requests, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Contact the contracting officer for more information on submitting a waiver request. Addendum to Far 52.212-1, Quotation Preparation Instructions: Price Quotation- The Offeror shall propose a firm-fixed-price for all Line Items. Technical Quotation- All offerors shall provide documentation demonstrating the Statement of work.�� All quotations shall clearly comply with the Schedule of Required Items. All offerors shall submit the information/documentation required by the provisions in this solicitation. Quotation Evaluation: ����������� The Government intends to award a purchase order resulting from this solicitation to the lowest price, technically acceptable Offeror. To be technically acceptable, the quotation shall clearly demonstrate compliance with the requirements. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability and (2) Price. Technical Capability An offeror�s failure to quote all of the products/services listed above may be considered indicative of the offerors lack of understanding of the Government�s requirements and may result in the offer being determined unacceptable.� If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. ����������� An evaluation of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotation evaluation. Offerors who fail to provide sufficient information (e.g. documentation, specifications, etc.) that clearly demonstrates an ability to meet the Government�s technical specifications will be considered non-acceptable. If an evaluation of non-Acceptable is received, the Offeror will not be considered for Award. ��All offerors shall be authorized to sell and service the products they are proposing to the Government, by the original manufacturer (OEM) certified engineers or technicians. Price Price will be evaluated for reasonableness. Your company is encouraged to discount its rates. If price discounts are offered, identify the percentage of price discount and/or price reduction offered. The Government does not intend to enter into discussion and may award a purchase order on the basis of initial offers received, without discussions. Therefore, each initial quotation shall contain the offeror�s best terms. Nonetheless, the Government reserves the right to conduct discussions if it is in the best interest of the Government.��� Due Date and Response Information Offerors capable of furnishing the specified repair in this combined synopsis/solicitation should submit their quote in writing to: Prateema Carvajal electronically at prateema.carvajal@nist.gov. FAX quotations shall not be accepted.� Offerors shall submit their quotations so that NIST receives them not later than March 15, 2024, 8:00 am, EST.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5565ca9bd83a40be95dc8c608bcc5bdd/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN06981251-F 20240302/240229230059 (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.