SOLICITATION NOTICE
B -- Atomic Frequency Standards Support Services - Package #1
- Notice Date
- 2/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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
- NB688000-12-01005
- Archive Date
- 3/27/2012
- Point of Contact
- Leonard Spakow, Phone: 3034975270
- E-Mail Address
-
leonard.spakow@nist.gov
(leonard.spakow@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Commercial Clauses Bid schedule SOW Description(s): This is a combined synopsis/solicitation prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority in FAR Part 13, and FAR Part 12, Acquisition of Commercial Items (Title VII of the Federal Acquisition Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore a written solicitation will not be issued. This solicitation is a request for quotation (RFQ). This is a small business set aside request. The period of performance for services is for a base plus four option years. The NAICS classification is 334516 Analytical Laboratory Instrument Manufacturing. The small business size standard is 500. The National Institute of Standards and Technology (NIST) Acquisition Management Division intends to award a FAR part 13 BPA for Sub-Doppler Cooled Alkaline-metal Research and Development. See the attached Statement of Work for details. The following clauses and provisions apply to this solicitation and are provided in full text, please see attached: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items 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 Interested vendors capable of furnishing the specified services described in this combined synopsis/solicitation should submit their information in writing to:   Submission of Proposals. Offers will only be accepted by the following means. email to: leonard.spakow@nist.gov or via U.S. Mail, Overnight Carrier or US Dept. of Commerce National Institute of Standards and Technology Acquisition Management Division ATTN: Leonard Spakow MS 194 325 Broadway Boulder, CO 80305 FAX QUOTES ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED.. Offers that do not contain a technical response, past performance information, and price proposal with their fully burdened hourly rates will not be considered for award. Format of Technical Response. Technical approach and experience should demonstrate an understanding of the requirements and clearly delineate the years of experience related to the tasks set forth in the Statement of Work. Past Performance information shall include one or more references that indicate competence with the work described in the SOW. Responses should address the contractor's record of performance to specifications, workmanship, adherence to schedules, reputation for reasonable and cooperative behavior, and commitment to the concern and interest of the customer. This response is limited to no more than 10 pages, including cover pages and resumes' for Key Personnel. Any materials submitted that exceed the 10 page limit shall not be provided for review by the Technical Evaluation Panel. Format of Price Quote. Price must be contained in a separate document excluded from technical and past performance information. Bid Schedule - please provide your best estimate of hours needed to perform the requirement and fully burdened labor rate applicable to this award for the entire term of the contract in the spreadsheet format shown in the attached bid schedule. The offoror is encouraged to review the number of assumed hours shown in the tasks under the DELIVERABLE SCHEDULE section of the Statement Of Work for a better understanding of the level of effort needed to prepare their best estimate offer. Each deliverable is anticipated to be authorized as a need arises at a Firm Fixed Price amount. EVALUATION FACTORS FOR AWARD The government reserves the right to make award to the responsible offeror whose offer conforms to the solicitation and represents the best value to the government. The government will consider three factors: Experience and Technical Qualifications, Past Performance, and Cost/Price. Experience and Technical Qualifications will be more important than Past Performance and Experience and Technical Qualifications and Past Performance, when combined, is significantly more important than cost or price. Only those offerors who are rated as technically acceptable or above will be evaluated on Past Performance and Cost/Price FACTOR 1: Technical Response The offeror's proposal will be evaluated to ensure that it demonstrates that the offeror has a sound and thorough understanding of all Tasks in the Statement of work. The offoror's technical response will be evaluated in the descending order of importance. a. The proposed approach to address the work to be performed as described in the attached SOW. Specific experience with and successful implementation of BEC cooling (zero momentum state) is required. b: Recent applicable experience and archived publications related to providing the services described in the Scope of Work • An understanding and experience with sub-doppler cooled alkaline-metal apparatus. Specific experience with and successful implementation of BEC cooling is required and subject to evaluation. • An understanding and experience with the assembly, testing, tuning, and proof of quantum degeneracy in independent study, with less than 10% intrusion on NIST staff. Performer must demonstrate their ability to build an alkali-metal spectroscopy setup, capability to operate any existing alkali-metal spectroscopy setup safely and competently, and ability to build, tune, program, maintain, measure, and document an alkali-metal spectroscopy setup. c. Qualifications of Key Personnel: Offerors should provide information for key personnel that demonstrate type and years of experience related to subsection (b) above and the requirements for subject matter expertise detailed in the SOW. Under this award, the Contractor's Key Personnel will be considered key. During the first 180 days of performance, the Contractor shall make no substitutions of key personnel unless necessitated by illness, death or termination of employment. In accordance with CAR 1352-237-75 KEY PERSONNEL, the contractor shall notify the Contracting Officer within fifteen working days prior to making substitutions. The key person designated by the contractor is: ______________________________ FACTOR 2: Past Performance The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources and archive publications known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. FACTOR 3: Cost/Price The government will evaluate the proposed rates in the Bid Schedule of this solicitation for best value and completeness. The Government will also evaluate cost and price realism with regard to the ability of the offeror to meet requirements in terms of skills required, complexity of disciplines and job difficulty, if the Government deems such analysis necessary.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB688000-12-01005/listing.html)
- Place of Performance
- Address: 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN02682319-W 20120226/120224234614-6c8bbf12eff9419623ae7218b5b9dd2b (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 |