MODIFICATION
J -- Pure and Ultra-Pure Water Systems Maintenance
- Notice Date
- 9/4/2014
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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
- NB194000-14-02171
- Point of Contact
- Patricia M. Bullington, Phone: 3034973106, Donald Collie, Phone: 301-975-6485
- E-Mail Address
-
patricia.bullington@nist.gov, donald.collie@nist.gov
(patricia.bullington@nist.gov, donald.collie@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 1: The purpose of this amendment is to provide a site visit on September 8, 2014 at 9:00am, Mountain Time at: NIST AMD BOULDER Conference Room, Bldg 111 325 Broadway Boulder CO 80305-3328 Please e-mail Chris McKinney and Patricia Bullington at chris.mckinney@nist.gov and patricia.bullington@nist.gov if you will attend the site visit meeting in order to gain access to the site. Maximum of two particpants from each company. ______________________________________________________________________ (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 Streamlined Solicitation for Commercial Items and FAR 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, NB194000-14-02171 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iv) This solicitation is a Total Small Business Set-Aside with the NAICS Code 811310 with a size standard of $7.5M. (v) The following contract line item number(s) (CLIN) and items, quantities and units of measure for this requirement are as follows: CLIN 0001: BASE: Provide Monthly, Semi-Annual, and Annual Preventive Maintenance on the Pure Water System and Provide Semi-Annual and Annual Maintenance on the Ultra-pure Water System per the attached SOW. Quantity: 12 Unit of Issue: MO CLIN 1001: Option I: Provide Monthly, Semi-Annual, and Annual Preventive Maintenance on the Pure Water System and Provide Semi-Annual and Annual Maintenance on the Ultra-pure Water System per the attached SOW. Quantity: 12 Unit of Issue: MO CLIN 2001: Option II: Provide Monthly, Semi-Annual, and Annual Preventive Maintenance on the Pure Water System and Provide Semi-Annual and Annual Maintenance on the Ultra-pure Water System per the attached SOW. Quantity: 12 Unit of Issue: MO CLIN 3001: Option III: Provide Monthly, Semi-Annual, and Annual Preventive Maintenance on the Pure Water System and Provide Semi-Annual and Annual Maintenance on the Ultra-pure Water System per the attached SOW. Quantity: 12 Unit of Issue: MO CLIN 4001: Option IV: Provide Monthly, Semi-Annual, and Annual Preventive Maintenance on the Pure Water System and Provide Semi-Annual and Annual Maintenance on the Ultra-pure Water System per the attached SOW. Quantity: 12 Unit of Issue: MO (vi) See attached: Statement of Work (vii) Place of Performance: Department of Commerce National Institute of Standards and Technology 325 Broadway, Bldg 81 PML Boulder, CO 80305-3328 (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The Addendum to 52.212-1 also applies. See attached. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. See attached. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Aside 52.219-14, Limitations on Subcontracting 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns 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 52.222-35, 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 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (xiii) The following provisions and clauses are also applicable to this acquisition: 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification 52.232-18 Availability of Funds 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.245-1 Government Property 52.252-2 Clauses Incorporated by Reference In addition, the following clauses are also applicable to this acquisition: CAR 1352.201-70, Contracting Officer's Authority CAR 1352.201-72, CAR 1352.208-70, Restrictions on Printing and Duplicating CAR 1352.209-72, Restrictions Against Disclosure CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizations Conflict of Interest CAR 1352.233-70, CAR 1352.233-71, CAR 1352.237-71, Security Processing Requirements-Low Risk CAR 1352.237-75, Key Personnel CAR 1352.246-70 (Place of acceptance will be the address at Para (vii)), CAR 1352.270-70. Period of Performance. The full text of these clauses is available at http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm 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 (xv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xvi) Quotes are required to be received by the due date specified and must include the following: Company name, address, phone numbers, DUNS number and itemized quote. Quotes shall be delivered via email to Patricia Bullington at patricia.bullington@nist.gov (xvii) Please direct any questions regarding this solicitation to Patricia Bullington at 303-497-3106. All emails shall contain the following subject line Question: RFQ NB194000-14-02171.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB194000-14-02171/listing.html)
- Place of Performance
- Address: Department of Commerce, National Institute of Standards and Technology, 325 Broadway, Boulder, Colorado, 80305-3328, United States
- Zip Code: 80305-3328
- Zip Code: 80305-3328
- Record
- SN03496556-W 20140906/140905000222-d4833ec16cc9ebc8d2e1dca0d3523dc6 (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 |