Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2013 FBO #4278
SOLICITATION NOTICE

66 -- High Resolution Atomic Force Microscope

Notice Date
8/9/2013
 
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-0523
 
Archive Date
9/7/2013
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Patrick 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
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE 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 2005-69 effective August 1, 2013. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than ten 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) 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 unrestricted and all interested Contractors may submit a quotation. All Offerors shall provide a quotation for the following line items: Line Item 0001: One (1) High Resolution Atomic Force Microscope Option Line Item 0002: One (1) Extended Warranty Introduction The contractor shall furnish the necessary personnel, material, equipment, and services to fabricate, install and test one High Resolution Atomic Force Microscope. Background The National Institute of Standards and Technology (NIST) has a requirement for a high resolution AFM system to support nanofabrication research and development in the Center for Nanoscale Science and Technology (CNST), NIST's nanotechnology user facility. The system will be sited and used as a shared resource in the CNST NanoFab, accessible to researchers from industry, academia, NIST, and other government agencies. The AFM is a very high-resolution microscopy tool, with demonstrated resolution on the order of fractions of a nanometer, more than 1000 times better than the optical diffraction limit. In addition, the AFM is a nondestructive measurement technique that can provide direct critical measurement data on nanoscale devices during the fabrication process. The AFM is an essential tool to NanoFab users and there is an increasing demand for more AFM capacity, improved measurement resolution, and improved ability to adapt the AFM hardware and programming to the needs of researchers. The new AFM will be used as a surface characterization tool that uses a nanometer scale probe tip to scan the surface of a material to measure both surface topography and forces at the nanoscale. The CNST currently has multiple AFM systems with a range of capabilities, including a heavily used Asylum Cypher system in the NanoLab, and a heavily used, high-resolution AFM in the NanoFab that has reached its end of life. In order to increase NIST's capacity to serve NanoFab users and provide state-of-the-art technical capabilities for AFM-based characterization, NIST has a need for a new, high resolution AFM. Minimum Requirements The system shall meet or exceed the technical specifications identified below. All items must be new. Prototypes, demonstration models, used or refurbished instruments will not be considered for award. Line Item 0001: One (1) High Resolution Atomic Force Microscope, which shall meet or exceed the primary specifications identified below. PRIMARY SPECIFICATIONS: 1. MEASUREMENT CAPABILITIES: a. The system shall be capable of the following scanning modes, each of which requires a minimum set of recordable signals, as noted. "Auxiliary" signals refer to external inputs from the user independent of the system controls: i. Contact mode 1. The system shall have the capability to simultaneously record lateral force trace, lateral force retrace, topography, deflection, feedback error, and phase, or five of the above plus one auxiliary input. The entire sweep of the surface shall be recordable with lateral scan displacements capable of being linear over the entire sweep. 2. The system shall have the capability to oscillate the cantilever using a sample actuator contact resonance measurements while recording the signals specified in (i.1.) 3. The system shall have the capability to oscillate the cantilever using a modulation piezo in the cantilever holder while recording the signals specified in (i.1.) 4. The system shall include a laser source that minimizes the effect of light interference on the AFM signal in this mode. ii. Tapping/non-contact mode 1. The system shall have the capability to simultaneously record topography, dual amplitude, phase, frequency shift, and one auxiliary input. 2. The system shall have the capability to oscillate the cantilever using a modulation piezo in the cantilever holder while recording the signals specified in (ii.1.) 3. The system shall have the capability to either generate or to accept an external arbitrary waveform for full control of the cantilever oscillations 4. The system shall include a laser source that minimizes noise in the AFM signal in this mode. iii. Force vs. displacement mode 1. The system shall have the capability to simultaneously record vertical deflection, lateral deflection, and two auxiliary inputs. iv. Thermal noise/Power spectral density mode 1. The system shall have the capability to simultaneously record vertical deflection, lateral deflection, frequency, and one auxiliary input. 2. The system shall have the capability to oscillate the cantilever using a modulation piezo while recording the signals specified in (a.i.) v. Electric Force / Kelvin Probe Force mode 1. The system shall have capability to operate in Amplitude modulation and Frequency Modulation mode 2. The system shall operate both in single-line two-frequency measurement mode and dual-pass (interleave) mode b. The system shall utilize a closed-loop X-Y scanner that is capable of achieving stable, closed-loop scan speeds of greater than or equal to 1 mm/s while recording at least 512 pixels per line. c. The closed-loop X-Y scan range shall be greater than or equal to30 micrometers x 30 micrometers. d. The closed-loop Z scan range shall be greater than or equal to 5 micrometers. e. The scanner shall be independently actuated in X, Y, and Z. f. The system shall achieve atomic-scale resolution. g. The sample platform shall accommodate samples of greater than or equal to 1 cm in diameter. h. The system shall permit adjusting and centering the quadrant photodetector in both the normal and lateral directions via software control. i. The cantilever holder shall permit at least three electrical leads to be connected to the cantilever. j. The sample holder shall accommodate at least four electrical leads. k. The system shall be equipped with high-resolution optical imaging system with the sub-micron resolution for accurate sample and probe positioning 2. ELECTRONICS: a. The electronics shall include digitally-controlled switches for user-defined signal routing. b. The sensor gains shall be adjustable by the user. 3. ACOUSTIC, THERMAL AND VIBRATION ISOLATION: a. The system shall reside inside a thermally and acoustically isolated enclosure. b. The system enclosure shall be actively temperature-controlled to within +/- 0.1 degrees Celsius. c. The system shall rest on a vibration-damped platform. The damping and isolation enclosure shall be sufficient for achieving open- and closed-loop atomic-scale resolution without additional vibration isolation. 4. DATA ACQUISITION, SOFTWARE AND COMPUTER a. A single software language shall control both AFM operation and data analysis. b. The software shall enable the user to move the tip to user-defined locations on the sample from one image to the next, and the properties of each image (including the scan size, scan speed, and setpoint values) shall be variable from one image to the next. c. The software shall come with upgrades for a period of at least 5 years, at no additional cost to the Government. d. The user shall have the ability to physically center the laser spot with respect to the photodetector via software controls. e. The user shall be able to perform coarse motion via software controls with the camera view on. f. During acquisition, the user shall be able to view all recorded channels simultaneously. g. The user shall be able to perform data analysis while the AFM is acquiring data, including on a partially acquired image while that image is being acquired. h. The system shall come with a computer that meets the minimum requirements for operating all of the features of the system. i. The system shall be equipped with a Microsoft Windows XP or newer operating system. Windows 7 is preferred.. The computer shall accept updates and upgrades installed via a server. 5. SAFETY a. The instrument shall provide safeguard(s) to prevent accidental eye exposure to the laser during cantilever exchange. 6. SERVICE SUPPORT a. Aftermarket support shall include a response by phone by a technician within 1 business day and a qualified field service engineer on site at NIST. The PRIMARY specifications listed above are minimum specifications. A quoted instrument must meet or exceed all of these to be considered for award. SECONDARY SPECIFICATIONS: Meeting or exceeding the following secondary specifications is not required; however, preference will be given (see Evaluation Factors below). 1. SECONDARY SPECIFICATIONS: a. The AFM scanner shall move the sample along all axes independently from the cantilever/tip, which will be fixed in the laboratory frame, and the optical system shall be mechanically decoupled from both the sample stage and the cantilever/tip holder. b. The software shall be user-readable, fully open to user scripting for image acquisition and data analysis, enable user to implement custom scanner control algorithms, and provide full access to, and control, over at least six (6) independent channels capable of being recorded simultaneously and in an interleave mode. i. This interleave mode shall enable the user to perform independent measurements within an image. OPTION LINE ITEMS: The following items are option line items. The Contractor shall provide pricing for these items. Award of option line items is at the sole discretion of the Government in accordance with FAR 52.217-9. Option Line Item 0002: Extended Warranty, which shall meet or exceed the following minimum specifications: 1. EXTENDED WARRANTY: one year commencing after the original warranty expires. This warranty shall include phone support within 1 business day and on-site support within 2 business days. All other terms shall be identical to the warranty offered under Line Item 0001. Additional Capabilities If additional measurement capabilities or performance upgrades are available for the proposed instrument as future add-ons, Offeror shall provide a technical description or relevant product literature. Preference will be given to systems that offer additional add-on measurement capabilities or performance upgrades. NIST does not intend to purchase these additional measurement capabilities or performance upgrades as part of this procurement. Installation The system shall be installed by the Contractor and meet contract specifications no later than two weeks after delivery. Installation, at a minimum, shall include uncrating/unpacking of all equipment, rigging, set-up and hook-up of the system, demonstration of all specifications, and removal of trash. Onsite installation and demonstration shall be done at Building 215, NIST, 100 Bureau Drive, Gaithersburg, Maryland. The Contractor shall provide footprint and facility requirement information within 7 days of receipt of award. Training The contractor shall provide three (3) business days of application engineering and two (2) business days of basic operation and maintenance training following installation. The training shall include a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training shall be completed at NIST no later than 30 days after installation. Express Warranty The contractor shall warrant the entire system for a period of at least one year. This warranty shall include phone support within 1 business day and on- site support within 2 business days. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Inspection and Acceptance In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance: Contractor acceptance testing: As noted in the Addendum to FAR 52.212-1, the Offeror shall provide a system acceptance testing plan with the quote. Contractor shall perform this testing at their site prior to delivery. NIST reserves the right to witness such factory acceptance testing. Government acceptance testing: Acceptance testing by NIST shall include at a minimum but not limited to: i. Demonstrate required functional measurements to satisfy the requirements. ii. Demonstrate the Z resolution by imaging single atomic layer height steps on a custom Si (111) wafer sample to be provided by NIST. iii. Demonstrate lateral spatial resolution using a known freshly-cleaved single crystal surface of KBr, graphite, or equivalent. Such tests and evaluations shall be conducted by NIST within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. Final acceptance testing shall occur within 30 days after installation. Delivery FOB Destination delivery terms are required. Delivery shall take place no later than six (6) months after receipt of order. The Contractor shall first deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640 prior to ultimate delivery and installation at Building 215. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.217-5 Evaluation of Options 52.225-18, Place of Manufacture; Offerors shall complete annual representations and certifications on-line at www.sam.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. 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) Clauses 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-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-28, Post Award Small Business Program Re-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; 52.222-35, 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; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-5, Trade Agreements; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran; 52.232-33, Payment by Electronic Funds Transfer 52.247-35, FOB Destination, within Consignee's Premises 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one year of contract award provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. 1352.201-70, Contracting Officer's Authority 1352.201-72. Contracting Officer's Representative (COR) 1352.209-73, Compliance With the Laws 1352.209-74, Organizational conflict of interest 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 Building 215, 100 Bureau Drive, Gaithersburg, Maryland 20899 INSTRUCTIONS: System for Award Management Registration In accordance with FAR 52.204-99 (September 2012) (DEVIATION), the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 3:00 p.m. Eastern Time on August 23, 2013. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All Offerors should ensure the RFQ number is visible on the outermost packaging. 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 Paula Wilkison, Contract Specialist on 301-975-8448. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The Offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The Offeror shall propose a firm-fixed-price, FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. If Offeror quotes capabilities associated with secondary specifications, the price shall reflect the discrete prices associated with the applicable secondary specification. Offerors are encouraged to submit multiple quotations if different combinations of secondary specifications are possible. 2) Technical Quotation: The Offeror shall submit an original and one copy of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The Offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The Offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in list of minimum requirements by providing a citation to the relevant section of its technical description or product literature. If the Offeror is not the manufacturer, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation shall be included. If Offeror offers capabilities associated with the secondary specifications, Offeror shall demonstrate that its proposed equipment meets or exceeds each secondary specification by providing a citation to the relevant section of its technical description or product literature. Offerors are encouraged to submit multiple quotations if different combinations of secondary specifications are possible. The Offeror shall provide the following additional information in the technical quote: 1. The Offeror shall provide a system acceptance testing plan with the quote. 2. If additional measurement capabilities or performance upgrades are available for the proposed instrument as future add-ons, Offeror shall provide a technical description or relevant product literature. 3) Experience: The Offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. 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. If the Offeror intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the Offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the Offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the Offeror shall provide the following information: 1. Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; 4. Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Acceptance of Terms and Conditions (Addendum to FAR 52.212-1 (b) (11)): This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the Offeror whose quotation offers 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 2) Experience, 3) Past Performance, and 4) Price. Technical Capability is more important than Experience and Past Performance. All non-price factors, when combined, are more important than price. Technical Capability: All items must be new. Prototypes, demonstration models, used or refurbished instruments are not eligible for award. 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 minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will are not eligible for award. If an Offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to Offerors who demonstrate that their proposed equipment exceeds NIST's requirements. Preference will also be given to Offerors who offer Windows 7. Preference will also be given to Offerors who offer AFMs that meet or exceed any or all of the secondary specifications. Preference will also be given to systems that offer additional add-on measurement capabilities or performance upgrades. Experience: NIST will evaluate the extent of the Offeror's experience providing similar equipment. NIST will give preference to Offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement, a significant user base, and at least one instrument in use at a user facility. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the Offeror has successfully completed relevant contracts in the past five years. In assessing the Offeror's past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction.. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror's past performance. The Government will assign a neutral rating if the Offeror has no relevant past performance information. Price: The Government will evaluate price for reasonableness. Options: The Government will evaluate offers for award purposes by adding the total price for option CLIN 0002 to the total price for the basic requirement. Evaluation of options shall not obligate the Government to exercise the option(s). 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 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 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 protest, 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 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 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 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0523/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03144072-W 20130811/130809234828-6cac8e596082bc4d34810952af14b3a5 (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.