SOLICITATION NOTICE
66 -- Renishaw XL-80 Laser Measurement System
- Notice Date
- 7/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-09-RQ-0422
- Point of Contact
- Charles Koehler,
- E-Mail Address
-
charles.koehler@nist.gov
(charles.koehler@nist.gov)
- Small Business Set-Aside
- Total Small Business
- 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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures. 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) 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. The NIST Machine Tool Metrology Group requires an upgrade of the existing and outdated Renishaw ML-10 laser measurement system. The current ML-10 no longer meets the requirements for high-accuracy, state-of-the-art measurements. In addition, technical support and maintenance for the ML-10 system are no longer available from the manufacturer. NIST staff has invested substantial time and resources to establish a machine tool measurement capability based on the existing ML-10 system, including development and implementation of critical hardware and software components used in the laboratory. NIST requires the replacement laser measurement system be fully compatible with these existing hardware and software components (including data files, mounting tripod, steering optics, other Renishaw optical components, etc.) to have an integrated system. This compatibility is necessary to maintain project efficiency, ensure interoperability, prevent the need for substantial re-development, reduce training requirements and minimize cost to the Government. The Renishaw XL-80 laser measurement system is the only available system that meets the Government needs for full compatibility with existing components because the technology is proprietary to Renishaw. This is a BRAND NAME ONLY requirement. Only the brand name identified shall be accepted. All equipment must be new. Equipment that is used or refurbished shall not be considered for award. All interested Contractors shall provide a quotation for the following: Line Item 0001: Quantity one (1) each Renishaw XL-80 Laser Measurement System Upgrade Kit, Renishaw Part Number SYS-XL-UPG, of which includes all of the following. Installation and training are not required. A. Quantity One (1) Each Renishaw XL-80 Laser Head, Part #A-9908-0405; B. Quantity One (1) Each Renishaw XC-80 Environmental Compensation Unit, Part #A-9908-0510; C. Quantity One (1) Each Renishaw Laser XL Software, Part #A-9908-0301; D. Quantity One (1) Each Renishaw Software Support Disc, Part #A-9908-0303; E. Quantity One (1) Each Renishaw XL Tripod Stage Kit, Part #A-9908-0700; F. Quantity One (1) Each Renishaw Full System Case, Part #A-9908-0314; and G. Quantity One (1) Each Renishaw ML-XL Tripod Adapter, Part #A-9908-0765. The Government has the following equipment available for trade-in credit. The Government will consider any trade-in credit proposed by the Contractor when evaluating the proposed price. The Contractor shall be responsible for removal of all equipment they agree to accept for trade-in credit. Removal of equipment shall be scheduled, in advance, with the NIST technical contact to be identified at the time of award. A. Quantity One (1) Each Renishaw ML-10 Laser Head, Model Number ML-10, Serial Number G18190, NIST Number 560984, in fully-functional condition; B. Quantity One (1) Each Renishaw EC-10 Environmental Compensation Unit and Sensors, Model Number EC-10, Serial Number G16245, NIST Number N/A, in fully-functional condition; C. Quantity One (1) Each Renishaw PCM-10 Interface Card and Cables, Model Number PCM-10, Serial Number N/A, NIST Number N/A, in fully-functional condition; D. Quantity One (1) Each Renishaw Tripod Stage, Model Number N/A, Serial Number N/A, NIST Number N/A, in fully-functional condition; and E. Quantity One (1) Each Renishaw SuperCase, Model Number N/A, Serial Number N/A, NIST Number N/A, in fully-functional condition. DELIVERY Delivery term shall be FOB Destination. All equipment shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD, 20899. Delivery must be completed by not later than September 24, 2009. 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 any 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. FINAL ACCEPTANCE Final acceptance shall be provided and payment in full shall be made upon receipt and acceptance of all line items. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a technically acceptable/low price basis. Technically acceptable means that all line items are identical to those required by this solicitation. Of the technically acceptable quotations, price shall be the determining factor. REQUIRED SUBMISSIONS All quoters shall submit the following: a) An original and one (1) copy of a quotation which addresses Line Item 0001; b) An original and one (1) copy of the technical description and/or product literature; c) Description of commercial warranty; d) Country of Origin for Line Item 0001; e) Confirmation that the quoter is a small business; f) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror 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: Offeror shall list exception(s) and rationale for the exception(s) 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 an offeror 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 offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation; and g) In accordance with Federal Acquisition Regulation (FAR) clause 52.204-7, the successful quoter must be registered in the Central Contractor Registration (CCR) prior to award. Reference www.ccr.gov for details. Refusal to register shall forfeit award of a purchase order. Submission must be received not later than 1:00 PM ET on July 31, 2009. All quotations shall be sent to the attention of Charles Koehler by E-mail at charles.koehler@nist.gov. Mailed, faxed, couriered and verbal quotations shall not be considered. Questions regarding this solicitation should be sent to the Contract Specialist, Charles Koehler, by E-mail at charles.koehler@nist.gov. PROVISIONS AND CLAUSES The following provisions apply to this acquisition: a) 52.212-1 - Instructions to Offerors-Commercial Items; and b) 52.212-3 - Offerors Representations and Certifications, Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 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 including subparagraphs: 52.219-6 - Notice of Total Small Business Set-Aside 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 - Affirmative Action for Workers with Disabilities; 52.225-1 - Buy American Act-Supplies; 52.225-13 - Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration and Department of Commerce Agency-level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0422/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01879946-W 20090719/090718001208-ed639701d9c8593da7c7f5aa78a27bf6 (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 |