SOLICITATION NOTICE
66 -- Small Angle X-Ray Scattering Instrument - 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-0647
- 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 ACQUISITION IS BEING PROCURED 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 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 Small-angle X-ray Scattering (SAXS) Instrument 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 quote for all of the following line items: LINE ITEM 0001: Quantity one (1) each Small-angle X-ray Scattering (SAXS) Instrument, the SAXSLAB GANESHA manufactured by MolmeX Scientific, Inc., or equivalent, that includes all components and meets or exceeds all salient characteristics identified in the attached statement of work. LINE ITEM 0002: INSTALLATION The Contractor shall install the equipment at the NIST/Institute for Bioscience and Biotechnology Research (IBBR), 9600 Gudelsky Dr., Rockville, MD. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of all salient characteristics, and removal of all trash. 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 and manufacturer's specification above 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. The training will be completed at the Institute for Bioscience and Biotechnology Research (IBBR), 9600 Gudelsky Dr., Rockville, MD. Installation and training must be scheduled, in advance, with NIST personnel. 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, including the detector and sealed tube x-ray source (if applicable), for a period of two years from the date of acceptance of the instrument inclusive of parts and labor. Telephone technical support must be provided within 24 hours and on-site technical support must be provided within three business days. The Contractor shall provide all available software updates during the instrument warranty period at no charge. 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. DELIVERY Delivery, installation and training shall be completed not later than nine months after award. 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 The following will be used to evaluate quotations: Technical Capability Past Performance Price Technical Capability and Past Performance, when combined, shall be equal in importance to price. TECHNICAL CAPABILITY Technical capability shall be evaluated to determine the Contractor's ability to successfully complete the project. Documentation will be evaluated to determine that the quoted equipment meets the salient characteristics identified and meets the requirements of the Government in the same manner as the brand name. PAST PERFORMANCE Evaluation of Past Performance shall be based on the references provided and/or the quoter's recent and relevant procurement history with NIST, its' affiliates, and/or other relevant references. Past performance evaluation shall determine the overall quality of the services and/or end products provided by the Contractor. Quoters with no relevant past performance shall not be rated favorably or unfavorably. 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: 52.203-6, Restrictions on Certain Foreign Purchases 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 52.225-5, Trade Agreements 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) Past performance information regarding relevant contracts over the past three years with Federal, state, or local governments, and/or commercial customers. If the quoter intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the firm has no relevant past performance, it shall 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 quoter in their quotation. The description of each contract described in this section shall not exceed one-half page in length. For each contract, the quoter shall provide the following information: -Contract number; -Description and relevance to solicitation requirements include dollar value; -Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; -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; -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. 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 28, 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-0647/listing.html)
- Place of Performance
- Address: Contractor's Site, United States
- Record
- SN03471762-W 20140821/140820001033-07048a729a5e89af7ee00f45a71ac3c1 (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 |