SOLICITATION NOTICE
66 -- Mass Spectrometry Detector - Statement of Work
- Notice Date
- 8/19/2014
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-14-RQ-0666
- Archive Date
- 9/12/2014
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
- E-Mail Address
-
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76 effective July 25, 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote. The Contractor shall provide a triple quadrupole mass spectrometer detector, including installation, training and warranty in accordance with the statement of work. This 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 characteristic of products that will be considered satisfactory to meet the agency's requirement. LINE ITEMS All interested quoters shall provide a firm fixed price quotation for all of the following line items: LINE ITEM 0001: Quantity one (1) each triple quadrupole mass spectrometry detector for liquid chromatography, Agilent Technologies, Inc. mass spectrometry detector, model number 6490, or equivalent, that includes all of the components and meets all of the salient characteristics identified in the attached statement of work. Equipment refurbished by the original equipment manufacturer (OEM) is acceptable. LINE ITEM 0002: INSTALLATION The Contractor shall install the instrument in Building 227, Room B163, at the NIST campus in Gaithersburg, MD. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. Instrument must operate in accordance with all salient characteristics upon completion of installation. The Contractor shall provide any specialty tools or equipment needed for the installation and start-up. Qualified personnel must complete the installation. The equipment must operate in accordance with the salient characteristics upon completion of installation. LINE ITEM 0003: TRAINING The Contractor shall provide training in the usage and maintenance of the system for at least two Government personnel. The training shall include, at a minimum, a demonstration of all system functions, data administration, and basic maintenance and troubleshooting. Training may be conducted immediately following completion of installation, but not later than 60 days after successful completion of installation and demonstration of specifications. Installation and training must take place during normal business hours, between 8:30 am and 5:00 pm Eastern Time, Monday through Friday, except Federal Holidays, and must be scheduled, in advance, with the NIST Technical Point of Contact (TPOC) to be identified at the time of award. LINE ITEM 0004: WARRANTY The Contractor shall warranty the operation and performance of the system, for a period of one year from the date of acceptance of the instrument inclusive of parts and labor. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. Warranty service must be provided Monday through Friday during normal working hours. Warranty service outside of normal working hours is not required. DELAY OF DELIVERY*** The Contractor shall delay manufacture and shipping of the instrument and workstation to allow time for necessary laboratory renovations to be completed. The Contractor will be notified of the status of the renovations and will be notified when the instrument and workstation can be received by the Government. The Contractor will be permitted their quoted delivery time to deliver the instrument. It is estimated that this delay will be between two months and five months from the date of the award. Delivery, installation and training shall be completed not later than five month from the date that the Government provides the Contractor with the timeline that the instrument can be received. Delivery terms 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 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. PAYMENT SCHEDULE The Contractor shall be paid in one lump sum payment upon successful completion of delivery, installation, training and demonstration of salient characteristics. EVALUATION OF QUOTATIONS Award will be made on a technically acceptable/low price basis. Technically acceptable means that quoted equipment meets all salient characteristics and meets the Government's needs in the same manner as the brand name, meets all requirements of all line items and is compliant with the required delay of delivery. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; and 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 www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.211-6 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: 52.219-28, 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 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.247-34 FOB Destination; 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. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of an FOB Destination price quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the salient characteristics stated herein. It is the responsibility of the quoter to ensure that all salient characteristics are clearly documented; 3) Confirmation of the quoter's compliance with the requirement to delay delivery; 4) A description of the proposed warranty; 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). 6) The DUNS number for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov when the quotation is submitted to be considered for award; 7) The name of the manufacturer and the country of origin for the quoted equipment. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on Wednesday, August 27, 2014. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0666/listing.html)
- Place of Performance
- Address: Contractor's Site, United States
- Record
- SN03471174-W 20140821/140820000419-e417df1047f8db09570f2abb54b11ff8 (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 |