SOLICITATION NOTICE
66 -- Asymmetric Flow Field-Flow Fractionation (A4F) Instrument Suite
- Notice Date
- 6/20/2013
- 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, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-13-RQ-0494
- Archive Date
- 7/17/2013
- Point of Contact
- Andrea A Parekh, Phone: (301)975-6984
- E-Mail Address
-
andrea.parekh@nist.gov
(andrea.parekh@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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. 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) 2005-66. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Andrea Parekh, Contract Specialist. 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is a 100% small business set-aside.*** ***The National Institute of Standards and Technology is seeking to purchase an Asymmetric Flow Field-Flow Fractionation (A4F) Instrument Suite. ****All interested Contractor's shall provide a quote for the following: ***Line item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** Line Item 0001: Quantity One (1) Wyatt Technology, Asymmetric Flow Field-Flow Fractionation (A4F) Instrument Suite consisting of the various modules described below. All equipment must be new. Used or remanufactured equipment will not be considered for award. The system must meet or exceed the following salient characteristics: The specifications define this unit to be a field flow fractionation separation unit with ancillary detectors including the functionalities as defined below: Field flow fractionation (FFF) unit (Part # WECLDAQ, Eclipse DualTec AQ or Equivalent & Part # P8501-G1329, Agilent Autosampler G1329 or Equivalent): a) System to shall be supplied with automatic computer control of fluid flow rates and online real-time measurement of system pressures, b) The system will shall be able to operate in both in a planar asymmetric flow field flow fraction mode or in a radially pseudo symmetric flow field flow fractionation mode. c) System shall include online filtration and degassing functionalities as required for downstream light scattering measurements. d) System shall include automated "autosampler" for computer controlled, unattended serial introduction of multiple samples into the instrument suite. Multiangle light scattering detector (Part # WH2, DAWN HELEOS II Ambient or Equivalent & Part # WIC, Wyatt Internal COMET or Equivalent): a) Detector shall be able to measure light scattering intensity at 18 or more angles simultaneously. b) Detector flow cell shall include hardware to allow for automated unattended routine cleaning of the flow cell. c) Laser light source shall be linearly polarized and have sufficient output power to produce scattered light from standard BSA solution. Dynamic light scattering detector (Part # WDPC, DynaPro/MOBIUS Compatibility Kit or Equivalent & Part # WMOBQ, Mobius w.QELS or Equivalent) : a) Detector shall be able to interface with multiangle light scattering detector (defined above) to measure dynamic light scattering signal at any of the 18 or more angles specified above. b) Detector shall measure the dynamic light scattering signal with the same laser source and flow cell used for the Multiangle light scattering detector c) Detector shall utilize massively parallel phase-analysis light scattering to achieve mobility measurements on particles as small as 1 nm in radius. UV/Vis spectrophotometer (Part # P8504-G1315, Agilent Diode Array Detector G1315D or Equivalent): a) Spectrophotometer shall be able to acquire and store UV/Vis spectra over the wavelength range of ~190 nm to ~800 nm. b) Spectrophotometer shall include at least two analogue signal outputs to the MALS detector. Differential refractive index detector (Part # WTREX, Optilab TrEX or Equivalent): a) The differential refractive detector shall be able to measure automatically both the absolute and differential refractive index of a given solution in the detector flow cell. b) The refractive index detector shall have a sufficient plurality of discrete photodiode detectors to cover 9 decades of dynamic range in a single set of gain settings. c) Light scattering and refractive index measurements shall be done at the same wavelength within the visible spectrum. Zeta-potential/electrophoretic light scattering detector (Part # WMOBQ, Movius with QELS or Equivalent): a) Must have a plurality of detectors sufficient to enable mobility measurements 25 or more angles simultaneously. b) Shall include accessories to prevent the formation of gas bubble from electrolysis of water during application of electric voltage to the sample solution. Computer software (ASTRA Software or Equivalent): a) The software shall include the ability to analyze multi-angle light scattering data with the Rayleigh-Gans-Debye approximation using either Zimm or Debye formalisms. b) The software shall allow for light scattering data analysis with Mie theory and shape dependent models to include solid sphere, coated sphere, extended rod and random coil. Dynamic light scattering data shall be analyzed to calculate translational diffusion coefficient and hydrodynamic radius c) Software shall be able to calculate the number concentration of particles using light scattering data d) Software shall be capable of simulating the elution times for known particles under a given set of FFF separation parameters Installation The system shall be installed by the Contractor and meet contract specifications no later than 30 days after receipt of the system at NIST, Gaithersburg. Installation, at a minimum, shall include uncrating/un-packaging of all equipment, set-up and hook-up of the system, demonstration of all specifications, validation, testing and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. Training The contractor shall conduct one (1) training session for up to three (3) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation, but shall be completed no later than 30 days after installation. ***The Contractor shall provide a minimum one (1) year warranty on all components including parts, labor, travel, telephone support, software updates with an option for yearly service agreements. The Contractor shall be responsible for the system during transit. All costs including parts, labor, travel, and other expenses necessary to repair any machine equipment will be borne solely by the contractor at no additional cost to the U.S. Government. *** ***Delivery shall be provided not later than 45 days after receipt of an order. Delivery shall be FOB Destination. FOB Destination means: 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers a firm fixed price and is the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be approximately equal to price. If Technical Capability and Past Performance, are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all of the salient characteristics. Quotations that do not demonstrate the proposed equipment meets all salient characteristics will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its' affiliates. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided within the past 3 years. Price: The Government will evaluate price for reasonableness. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://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: 52.211-5 Brand Name or Equal 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 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; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.225-1 Buy American Act - Supplies; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 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. *** 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) ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) The offeror shall provide past performance information regarding up to three (3) representative relevant contracts/orders within the past 3 years with federal, state or local governments, universities and commercial customers. The information should describe contracts of a similar type and scope as the current requirement. If the offer intends to use another firm for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance it should 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. For each of the above listed contracts/orders, the offeror shall provide the following information: • Contract Number/PO Number; • Description and relevance to solicitation requirements; • Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; • Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract. • Contracting Office - If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR), and their names and current telephone numbers and email address; • Contract Performance - A brief summary of performance provided; The offeror shall include information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. ***All quotes shall be received not later than 3:00 PM local time, on July 02, 2013, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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 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 Andrea Parekh, Contract Specialist on 301-975-6984. 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) 2005-66. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Andrea Parekh, Contract Specialist. 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is a 100% small business set-aside.*** ***The National Institute of Standards and Technology is seeking to purchase an Asymmetric Flow Field-Flow Fractionation (A4F) Instrument Suite. ****All interested Contractor's shall provide a quote for the following: ***Line item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** Line Item 0001: Quantity One (1) Wyatt Technology, Asymmetric Flow Field-Flow Fractionation (A4F) Instrument Suite consisting of the various modules described below. All equipment must be new. Used or remanufactured equipment will not be considered for award. The system must meet or exceed the following salient characteristics: The specifications define this unit to be a field flow fractionation separation unit with ancillary detectors including the functionalities as defined below: Field flow fractionation (FFF) unit (Part # WECLDAQ, Eclipse DualTec AQ or Equivalent & Part # P8501-G1329, Agilent Autosampler G1329 or Equivalent): a) System to shall be supplied with automatic computer control of fluid flow rates and online real-time measurement of system pressures, b) The system will shall be able to operate in both in a planar asymmetric flow field flow fraction mode or in a radially pseudo symmetric flow field flow fractionation mode. c) System shall include online filtration and degassing functionalities as required for downstream light scattering measurements. d) System shall include automated "autosampler" for computer controlled, unattended serial introduction of multiple samples into the instrument suite. Multiangle light scattering detector (Part # WH2, DAWN HELEOS II Ambient or Equivalent & Part # WIC, Wyatt Internal COMET or Equivalent): a) Detector shall be able to measure light scattering intensity at 18 or more angles simultaneously. b) Detector flow cell shall include hardware to allow for automated unattended routine cleaning of the flow cell. c) Laser light source shall be linearly polarized and have sufficient output power to produce scattered light from standard BSA solution. Dynamic light scattering detector (Part # WDPC, DynaPro/MOBIUS Compatibility Kit or Equivalent & Part # WMOBQ, Mobius w.QELS or Equivalent) : a) Detector shall be able to interface with multiangle light scattering detector (defined above) to measure dynamic light scattering signal at any of the 18 or more angles specified above. b) Detector shall measure the dynamic light scattering signal with the same laser source and flow cell used for the Multiangle light scattering detector c) Detector shall utilize massively parallel phase-analysis light scattering to achieve mobility measurements on particles as small as 1 nm in radius. UV/Vis spectrophotometer (Part # P8504-G1315, Agilent Diode Array Detector G1315D or Equivalent): a) Spectrophotometer shall be able to acquire and store UV/Vis spectra over the wavelength range of ~190 nm to ~800 nm. b) Spectrophotometer shall include at least two analogue signal outputs to the MALS detector. Differential refractive index detector (Part # WTREX, Optilab TrEX or Equivalent): a) The differential refractive detector shall be able to measure automatically both the absolute and differential refractive index of a given solution in the detector flow cell. b) The refractive index detector shall have a sufficient plurality of discrete photodiode detectors to cover 9 decades of dynamic range in a single set of gain settings. c) Light scattering and refractive index measurements shall be done at the same wavelength within the visible spectrum. Zeta-potential/electrophoretic light scattering detector (Part # WMOBQ, Movius with QELS or Equivalent): a) Must have a plurality of detectors sufficient to enable mobility measurements 25 or more angles simultaneously. b) Shall include accessories to prevent the formation of gas bubble from electrolysis of water during application of electric voltage to the sample solution. Computer software (ASTRA Software or Equivalent): a) The software shall include the ability to analyze multi-angle light scattering data with the Rayleigh-Gans-Debye approximation using either Zimm or Debye formalisms. b) The software shall allow for light scattering data analysis with Mie theory and shape dependent models to include solid sphere, coated sphere, extended rod and random coil. Dynamic light scattering data shall be analyzed to calculate translational diffusion coefficient and hydrodynamic radius c) Software shall be able to calculate the number concentration of particles using light scattering data d) Software shall be capable of simulating the elution times for known particles under a given set of FFF separation parameters Installation The system shall be installed by the Contractor and meet contract specifications no later than 30 days after receipt of the system at NIST, Gaithersburg. Installation, at a minimum, shall include uncrating/un-packaging of all equipment, set-up and hook-up of the system, demonstration of all specifications, validation, testing and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. Training The contractor shall conduct one (1) training session for up to three (3) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation, but shall be completed no later than 30 days after installation. ***The Contractor shall provide a minimum one (1) year warranty on all components including parts, labor, travel, telephone support, software updates with an option for yearly service agreements. The Contractor shall be responsible for the system during transit. All costs including parts, labor, travel, and other expenses necessary to repair any machine equipment will be borne solely by the contractor at no additional cost to the U.S. Government. *** ***Delivery shall be provided not later than 45 days after receipt of an order. Delivery shall be FOB Destination. FOB Destination means: 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers a firm fixed price and is the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be approximately equal to price. If Technical Capability and Past Performance, are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all of the salient characteristics. Quotations that do not demonstrate the proposed equipment meets all salient characteristics will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its' affiliates. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided within the past 3 years. Price: The Government will evaluate price for reasonableness. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://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: 52.211-5 Brand Name or Equal 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 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; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.225-1 Buy American Act - Supplies; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 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. *** 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) ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) The offeror shall provide past performance information regarding up to three (3) representative relevant contracts/orders within the past 3 years with federal, state or local governments, universities and commercial customers. The information should describe contracts of a similar type and scope as the current requirement. If the offer intends to use another firm for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance it should 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. For each of the above listed contracts/orders, the offeror shall provide the following information: • Contract Number/PO Number; • Description and relevance to solicitation requirements; • Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; • Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract. • Contracting Office - If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR), and their names and current telephone numbers and email address; • Contract Performance - A brief summary of performance provided; The offeror shall include information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. ***All quotes shall be received not later than 3:00 PM local time, on July 02, 2013, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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 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 Andrea Parekh, Contract Specialist on 301-975-6984.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0494/listing.html)
- Record
- SN03095436-W 20130622/130620235457-40d7db0dc6ff917de24c087c30422ef1 (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 |