SOLICITATION NOTICE
66 -- CALORIMETER MEASUREMENTS
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- 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
- NB866030-9-06663
- Point of Contact
- Prateema E. Carvajal, Phone: 301-975-4390, Mary Alice Powe, Phone: 301-975-8567
- E-Mail Address
-
prateema.carvajal@nist.gov, maryalice.powe@nist.gov
(prateema.carvajal@nist.gov, maryalice.powe@nist.gov)
- Small Business Set-Aside
- N/A
- 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. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. 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) 2005-36. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for the following: Contractor to conduct cone calorimeter measurements on 12 different electrical cables at two different heat fluxes following the test standard ASTM D 6113. Standard Test Method for using a Cone Calorimeter to Determine Fire Test-Response Characteristics of Insulating Material Contained in Electrical or Optical Fiber Cables. Specifically, for each of the 12-cable samples, three replicate tests shall be performed at each of the two heat flux levels. In total, this means that there shall be 72 individual experiments (12 cables times 2 fluxes times 3 replicates). The heat flux levels shall be chosen by the Government and shall be within the range of the test standard. **Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor’s commercial schedule. *** **The test results of the experiment shall be sent to the Government electronically** ***The Government will evaluate information based on the following evaluation criteria: (1) Meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation; and (2) Quotes the lowest price*** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Offerors must complete annual representations and certifications on-line at https://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions—Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders— 52.204-9 Personal Identify Verification 52.245-1 Government Furnished Property 1352.201-70 Contracting Officer's Authority 1352.201-71 Contracting Officer’s Technical Representative 1352.211-70 Statement of Work/Specifications 1352.233-70 Harmless from Liability 1352.209-73 Compliance with the Laws 1352.245-70 Government Furnished Property 1352.237-73 Key Personnel Commercial Items including subparagraphs: 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 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act w/ Alternate I; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. **1352.245-70 Government Furnished Property The Government will provide the following item(s) of Government property to the Contractor for use in the performance of this contract. This property shall be used and maintained by the Contractor in accordance with provisions of the “Government Property” clause included in this contract. Item No. Description Quantity Delivery Date _____ Electrical Cable Segments __12___ (to be determined). 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. All clauses may be viewed at www.acqnet.gov. *** *** Submissions: All quoters shall submit the following: 1) An original copy of a quotation which addresses Line Item 0001 and all technical criteria. Submission must be received by 12:00 PM (EST), on September 5, 2009. E-MAIL QUOTES WILL BE ACCEPTED; FAX QUOTES shall not be accepted. 2) One copy of the most recent published price list or shop price list; 4) This is an Open-Market Solicitation for a service contract in accordance with the specification provided. The Government intends to award a Purchase Order as a result of this 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)] 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. ***All quotes must be received not later than 12:00 PM local time, on September 5, 2009 to the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Prateema Carvajal. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB866030-9-06663/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01935452-W 20090903/090902003750-38909f2462ef43b8ffde5b37fc978e53 (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 |