Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2012 FBO #3868
SOLICITATION NOTICE

99 -- Painted and Filled Shielding Blocks - Macropoxy 646-100 Data Sheet - 048-7016 - 048-7019 - 048-7017 - Wax Specifications - Shield Weights - 048-7018

Notice Date
6/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous 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
SB1341-12-RP-0064
 
Archive Date
7/24/2012
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
paula.wilkison@nist.gov, patrick.staines@nist.gov
(paula.wilkison@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings of assembly 048-7018 Shield Weights Wax Specifications Drawings of assembly 048-7017 Drawings of assembly 048-7019 Drawings of assembly 048-7016 Data Sheet for Sherwin-Williams Macropoxy 646-100 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; PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. NIST's Center for Neutron Research has a requirement for shielding blocks. The instrumentation for the conduct of neutron scattering research requires the installation of large shielding blocks, which are basically watertight steel tanks that are filled with steel shot and wax. This requirement is for thirty-three (33) filled and painted shielding blocks. The empty steel tanks shall be provided by NIST, and the contractor shall paint and fill these with the correct amounts of steel shot and wax, at a proper packing density, which will be specified by NIST in this document. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to both the Contract Specialist ( paula.wilkison@nist.gov) and the Contracting Officer (patrick.staines@nist.gov). Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) All responsible parties shall provide an offer for all of the following line items. LINE ITEM 0001: QUANTITY THIRTY-THREE (33) EACH FILLED AND PAINTED STEEL SHIELDING BLOCKS, including all of the following components and meeting all of the following general and specific requirements. REQUIREMENTS: 1. Specific tasks to be performed by the contractor: 1.1. Input Specifications 1.1.1. PDF files of assemblies 048-7016, 048-7017, 048-7018, and 048-7019 containing 2 dimensional drawings of welded assemblies. 1.1.1.1. The PDF drawings specified in 1.1.1 have notes on sheet 1. Disregard notes 1, 2, 3, 7, 9, 10 as they do not apply to this requirement. The shields will be manufactured and welded elsewhere and provided by NIST. 1.1.2. 3D models in STEP or IGES format can be provided upon request. 1.1.3. The quantity of shields needed to be filled and painted as well as volumes and weights of shields both full and empty are shown in the attached spreadsheet titled "Shield Weights". 1.1.4. The steel shot used when filling the shield must be: 1.1.4.1. S-780 cast steel shot as specified in SAE Publication SAE J444 - Cast Shot and Grit Size Specifications for Peening and Cleaning; and must meet or exceed the specifications in 1.1.4.2: 1.1.4.2. The steel shot must meet the required standards specified in the Society of Automotive Engineers SAE J2175 - Specification for Low Carbon Cast Steel Shot or the required standards specified in the SAE J827 - Specifications for High Carbon Cast Steel Shot. 1.1.5. The wax used when filling the shields must follow the properties listed in the document "Specifications for Fully Refined Paraffin Wax". 1.1.6. The paint shall be Sherwin-Williams Macropoxy 646-100, or equal. Salient characteristics of the Sherwin-Williams Macropoxy 646-100 are its durability, adhesiveness, and color. Please see the attached data sheet for technical specifications related to these. Paint prep shall be done in accordance with SSCP-SP3 (see note 4 on PDF drawings). For application information, refer to note 5 on the PDF drawings. A paint chip will be provided to winning offeror to ensure the color matches existing shields at the NCNR. 1.1.7. Thirty three (33) empty shield tanks, refer to section 1.1.3, will be ready at the NCNR for contractor to pick-up. 1.1.7.1. Fill cap plates for every shield will be provided by the NCNR. 1.2. Process Specifications 1.2.1. Contractor shall provide procurement services as to the acquisition of materials as specified in the attached drawings, specifications defined therein as well as in this Statement of Work. Refer to section 1.1. 1.2.2. Contractor shall provide labor, material and equipment such as to fill these shields with a mixture of steel shot and wax as described in section 1.1. 1.2.3. Contractor shall prime and paint the shields per the specification provided in section 1.1.6. 1.2.4. Contractor is responsible for the arrangement and cost of picking up empty shields from the NCNR at a time that is convenient for NCNR staff. The instructions for pick up are spelled out in section 1.3 1.2.5. Weigh each empty shield and record it. 1.2.6. A coat of paint must be applied to every shield, per the specifications in section 1.1.6, before proceeding to step 1.2.8. 1.2.7. Heat steel shot to a uniform temperature of 200 Degrees Fahrenheit prior to proceeding to step 1.2.8. This is so that the heated wax does not cool down too much, thus becoming solid, before reaching the bottom of the shield. The temperature of the steel shot shall not exceed 250 Degrees Fahrenheit. 1.2.7.1. In the past, some companies have filled the steel shot in the shield first. Then they put the entire assembly in an oven. If the winning offeror chooses this approach, the lower and upper temperature limits stated in 1.2.7 still apply. 1.2.8. Fill each shield with steel shot per the specifications in 1.1.4. 1.2.9. Weigh each shield after step 1.2.8 is complete and record it. Use this weight and the weight of empty tank to insure that 1.2.8 was satisfied in a manner that minimizes voids in the shot and achieves a packing density of 55%. 1.2.9.1. The actual weight must not deviate from the spreadsheet more than 3%. 1.2.10. Melt Wax. The wax must be between 185 and 200 Degrees Fahrenheit to begin pouring into the shield (which should already contain the steel shot by now). 1.2.11. Fill each shield with the wax specified in 1.1.5. 1.2.12. Weigh each shield after step 1.2.10 is complete. 1.2.12.1. The actual weight must not deviate from the spreadsheet more than 3%. 1.2.13. After Completing step 1.2.12, contractor must weld fill cap plates on shield and grind weld flat before proceeding to step 1.2.14. Fill cap plates will be provided by NCNR. 1.2.14. Contractor must paint each shield per the specifications in section 1.1.6. 1.2.15. Contractor is responsible for arranging and cost of delivery of filled and painted shields to the NCNR at a time that is convenient for NCNR staff. The instructions for delivery are spelled out in section 1.3. 1.2.16. Contractor must submit a detailed, step by step procedure, on how they propose to accomplish all the steps described in sections 1.2.1 through 1.2.15. 1.3. Shipping Instructions 1.3.1. Contractor shall propose specific shipping instructions for NIST approval. The following constraints shall apply to shipping: 1.3.1.1. A flat bed must be used when picking up or delivering shields to and from NIST. There is no dock at the NCNR. Forklift travel is on the same surface as the trailer travel. 1.3.1.2. Any product shipped must be completely protected from the elements during transit. Tarps must be used. 1.3.1.3. Contractor shall notify the COR of projected arrival times of deliveries at least 2 working days prior to arrival. Notification shall include date and approximate time of arrival, name of shipping company, and name and citizenship of driver(s). Minimum of one day is needed to register drivers with NIST security. 1.3.1.4. Deliveries and pick-ups must be scheduled such that they arrive at NIST Gaithersburg between the hours of 7:00 am and 3:00pm EST on a working day. (It is preferable that deliveries not be attempted during the general lunch break time of ~11:45 am - 1:00 pm, as loading/offloading personnel may be in short supply) NIST reserves the right to request changes to delivery schedule if activities at the NCNR prevent the timely unloading of shipments. Delivery of the filled and painted shield blocks shall be made no later than 14 weeks after receipt of order. 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST NCNR Building 235 100 Bureau Drive Gaithersburg, MD 20899 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 Fed. Reg. 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: PATRICK STAINES, 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 ATTN: Mark Langstein Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 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 ATTN: Mark Langstein Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the Contractor whose offer offers the best value to the Government price and non-price factors considered. The Government will evaluate proposals based on the following evaluation criteria: The following factors shall be used to evaluate offers: (1) Technical Capability (2) Facilities (3) Past Performance, (4) Prior Experience, and (5) Price. Technical Capability, Facilities, Past Performance and Prior Experience, when combined, shall be more important than price. Of the non-priced factors, Technical Capability and Facilities are more important than Past Performance and Prior Experience. Technical Capability: Offeror shall be evaluated on the technical approach that will be used to fulfill the Requirements described in this solicitation. The technical approach shall be evaluated based on the offeror's plan outlining the sequence of steps, necessary equipment and manpower (type of labor and level of effort) and duration of activities that will be followed to meet the delivery schedule provided. Offeror shall also be evaluated on information provided about the materials and their sources (wax, steel shot, and paint, specifically) it intends to utilize. Procedure(s) for performing the weighing shall also be evaluated. A general procedure for the inspection of the shield tanks and/or a description of the quality control program shall be described in enough detail for evaluation of its effectiveness. Finally, the delivery plan shall be evaluated as to the manner in which the contractor will ensure the timely delivery of all items in the delivery order to NIST. The evaluation of the technical approach shall address all items contained in the Requirements described in this solicitation. Facilities: Offeror shall be evaluated on all pertinent work areas, equipment, infrastructure, quality control plan, capabilities and personnel available for deployment on this requirement. Consideration will be given to facilities and capabilities of a subcontractor provided a brief history and description of the working relationship between the offeror and the subcontractor is given. Preference will be given to in-house facilities. Past Performance: Offeror shall be evaluated on past performance. Evaluation of past performance will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. Prior Experience: Offeror shall be evaluated on work performed in the past of a similar nature, based on a list of projects with a short description of the work performed and the final outcome. Evaluation of this factor will be based on the general background experience and qualifications of the organization as it relates to projects of a similar nature. Evaluation of prior experience will be based on information contained in the technical proposal. Price: Price will be evaluated for reasonableness 52.212-3, Offeror 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: 52.225-18 Place of Manufacture; 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: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Rerepresentation; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Contractor Policy to Ban Text Message While Driving; 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. The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) (a) To Be Determined at time of award is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. (b) The COR is located at: To Be Determined at time of award Phone Number: To Be Determined at time of award Email: To Be Determined at time of award (c) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause); 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) REQUIRED SUBMISSIONS: 1) Price Proposal: The offeror shall submit an original and one copy of the completed price schedule. If the proposal is submitted electronically, additional copies are not required. The pricing proposal shall be separate from any other portion of the proposal. The offeror should propose a firm-fixed-price, FOB Destination, for each CLIN. Contractor shall state express warranty coverage. Price proposals shall remain valid for a period of 90 days from the date proposals are due. 2) Technical Proposal: The offeror shall submit an original and one copy of the technical proposal. If the proposal is submitted electronically, additional copies are not required. The technical proposal shall address the following: A. Technical Capability: The offeror shall submit a technical description for the approach it is proposing, which shall include a detailed description of their technical approach for the requirement detailed in this solicitation. The offeror must demonstrate that its proposed technical approach meets or exceeds each minimum requirement described in this solicitation. B. Facilities: Offeror shall provide a description of all pertinent work areas, equipment, infrastructure, quality control plan, capabilities and personnel available for deployment on the execution of a shield delivery order. If citing the facilities and capabilities of a subcontractor, please provide a brief history and description of the working relationship between the offeror and the subcontractor. Preference will be given to in-house facilities. The technical approach shall consist of a plan outlining the sequence of steps, necessary equipment and manpower (type of labor and level of effort) and duration of activities that will be followed to meet the delivery schedule provided. Offeror shall also include information about the materials and their sources (wax, steel shot, and paint, specifically) it intends to utilize. A general procedure for the inspection of shield tanks and/or a description of the quality control program shall be described in enough detail for evaluation of its effectiveness. Sufficiently detailed procedure(s) for performing the weighing of the shield tanks shall also be described. Finally, a delivery plan shall be formulated that describes the manner in which the contractor will ensure the timely delivery of all items in the delivery order to NIST. The technical approach shall address all items contained in the solicitation. 3) Experience: The Offeror shall describe their experience performing similar work; explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. A list of these projects shall be provided, and the size of the list shall be such that a determination can be made that the Offeror has performed similar work to that contained in the Statement of Work. If the offeror has performed projects for NIST in the past, please include these projects in the list and the contract number under which the work was performed. NIST will evaluate the extent of the offeror's experience providing similar equipment and will consider the relevance of the offeror's experience to the current requirement. Specific experience includes number of similar projects successfully completed and years of operation. 4) Past Performance: The Offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. This list shall include the names of references with contact information that NIST may contact to verify that the offeror has performed in a satisfactory manner (in terms of timeliness, cost effectiveness, and product quality). If the offeror has performed projects for NIST in the past, please include the NIST contact and contract number. If the offeror has no relevant past performance, it may include a statement to that effect in its proposal. The government reserves the right to consider data obtained from sources other than those described by the offeror in its proposal. It is recommended that approximately 3-5 contracts be referenced. 5) 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 offers 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 proposal based upon an FSS or GWAC contract, the Government will accept the offered 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 proposal. 6) The country of origin for the proposed items. DUE DATE FOR PROPOSALS: E-mail proposals shall be accepted at paula.wilkison@nist.gov. Please reference the RFP number in the subject line of email communications. Offerors' proposals shall not be deemed received by the Government until the proposal is entered in the e-mail inbox set forth above. All proposals shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula A. Wilkison, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFP number is visible on the outermost packaging. Submission must be received not later than 12:00 p.m. local time on July 9, 2012. FAX submissions shall not be accepted. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of offers. If offers are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to both Paula Wilkison, Contract Specialist on 301-975-8448 and Patrick Staines, Contracting Officer on 301-975-6335. NIST is not responsible for late delivery due to the added security measures. In addition, offerors who do not provide the required notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers on time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RP-0064/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02785537-W 20120627/120625235522-8bac45293fdeee30e8c3f291fb297dbe (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 |
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.