Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

66 -- Graphene and Boron Nitride Deposition System - SOW

Notice Date
8/13/2013
 
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
NB687030-13-02626-001
 
Archive Date
9/11/2013
 
Point of Contact
T. Marks, Phone: 303-497-7763, Jason Wells, Phone: 3034973764
 
E-Mail Address
tpm1@nist.gov, jason.wells@nist.gov
(tpm1@nist.gov, jason.wells@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (FAR) SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICIATION WILL NOT BE ISSUED. Solicitation number NB687030-13-02626 is issued as a request for quotation (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-69. 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 being procured as a Small Business Set-Asides Request. The National Institute of Standards and Technology (NIST) Acquisition Management Division intends to procure a Graphene and Boron Nitride Deposition System in accordance with the attached Statement of Work. Line Item Description Qty Unit Unit Price Total 0001 Base Unit 1 each __________ __________ 0002 Solid Source Delivery System 1 each __________ __________ 0003 Exhaust Gas Burn-off System 1 each __________ __________ 0004 Remote Plasma Source 1 each __________ __________ 0005 Option A High Vacuum Pump 1 each __________ __________ 0006 Option B Rotating Substrate Holder 1 each __________ __________ 0007 Option C Optical Pyrometer 1 each __________ __________ 0008 Option D DC Voltage Bias Holder 1 each __________ __________ The requested delivery is 6 months ARO, FOB Boulder, CO. 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://www.acquisition.gov/far/. All CAR clauses can be viewed at http://www.osec.doc.gov/oam/archive/CAPPS_car.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items (JUL 2013) 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2013) 52.217-4, Evaluation of Options Exercised at Time of Contract Award (Jun 1988) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. 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. 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. Clauses 52.212-4, Contract Terms and Conditions-Commercial Items (JUL 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-Commercial Items (AUG 2013) including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.204-10, Reporting Executive Compensation (Jul 2013) ; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); 52.219-8, Utilization of Small Business Concerns (JUL 2013); 52.219-28, Post Award Small Business Program Re-representation (JUL 2013); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (MAR 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-40, Notification of Employee Rights Under the Nation Labor Relations Act (Dec 2010); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011); 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (NOV 2012); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran (DEC 2012); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013). 52.217-7, Option for Increase Quantity - Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 365 days of receipt of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Commerce Acquisition Regulations (CAR) http://farsite.hill.af.mil/vfcara.htm 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 1352.213-70, Evaluation utilizing simplified acquisition procedures 1352.215-70, Proposal Preparation 1352.215-72, Inquiries 1352.233-70, Agency Protests 1352.233-71, GAO and Court of Federal Claims Protests System for Award Management (SAM) Registration In accordance with FAR 52.204-99, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)(AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. Include the substance of this clause, including paragraph (b), in all subcontracts with small business concerns. The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. CAR 1352.215-70, Proposal preparation 1) one (1) copy of a quotation which addresses all line items; 2) For the purpose of evaluating technical capability: Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addressed all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein. 3) Description of commercial warranty; 4) A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment/services defined within the Contractor's quotation; 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 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)) 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 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. NOTE: It is the responsibility of the offeror to acknowledge any amendments made to this solicitation. All amendments will be posted on the Fedbizopps website. CAR 1352.215-72, Inquiries Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 12:00 pm MST five (5) days after the date of the 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 within ten (10) days of the date of the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. CAR 1352.215-75, Evaluation Criteria (a) In determining which proposal provides the best value to the Government, non-price (technical) evaluation factors are significantly more important than evaluated price. The evaluation factors are listed below in order of importance: Factor 1--TECHNICAL CAPABILITY: The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Factor 2 -- EXPERIENCE: The offeror's background, experience, and qualifications will be assessed to determine the likelihood that that offeror can successfully perform the contract requirements and the degree of the risk of non-performance. Factor 3 --PAST PERFORMANCE: Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable The Government reserves the right to assess the past performance of proposed subcontractors. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the offeror, the agency's knowledge of contractor performance, other government agencies or commercial entities, or past performance databases. If an offeror does not have a history of relevant contract experience, or if past performance information is not available, the offeror will receive a neutral past performance rating; however, an offeror without a history of relevant experience may receive a lowered rating for the experience evaluation factor. Cost/Price Evaluation The proposed prices/costs will be evaluated but not scored. The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical proposal. The Government may use the results of cost/price realism analysis to adjust the offeror's proposal to a most probable cost to the Government. The analysis may include information from a government auditing agency, Government technical personnel, and other sources. Addendum to FAR 52.212-1, Quotation Preparation Instructions A) Price Quotation: The offeror shall submit an electronic copy of the completed price quotation. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a separate firm-fixed-price, FOB Destination, for each line item. B) Technical Proposal: The offeror shall submit an electronic copy of the technical proposal. The technical quotation shall address the following: 1) Technical Capability: The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. Please indicate the manufacturing country of origin of the products. 2) Experience: The offeror shall demonstrate the extent to which it has manufactured and/or distributed similar equipment within the last 5 years. 3) Past Performance: ). Offerers shall provide the names, addresses and phone numbers of at least three customers who have purchased the proposed system (or one very similar in all major respects) in the past and where the system has been installed and accepted. Offerers shall contact these customers and assure that they would be willing to be contacted by NIST staff to discuss the performance of their systems. 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: a) Contract number; b) Description and relevance to solicitation requirements including dollar value; c) Period of Performance - indicate by month and year the start and completion (or "ongoing") dates for the contract; d) 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; e) 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; f) Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Due Date and Response Information Interested vendors capable of furnishing the specified equipment in this combined synopsis/solicitation should submit their quote in writing to: Tiffany Marks electronically at tpm1@nist.gov. FAX quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than 12:00 pm MST thirty (14) days after the date of the soliciation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB687030-13-02626-001/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, DOC, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03146475-W 20130815/130813234948-360837bbf86b367ee3b067867fd98751 (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.