Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2015 FBO #5018
SOLICITATION NOTICE

66 -- Ion Mobility Spectrometry-Mass Spectrometer - Package #1

Notice Date
8/18/2015
 
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
SB1341-15-RQ-0913
 
Archive Date
9/12/2015
 
Point of Contact
Susan Ruzicka, Phone: 3019756321
 
E-Mail Address
susan.ruzicka@nist.gov
(susan.ruzicka@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Representation Regarding Delinquent Tax Liability Applicable Provisions and Clauses 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 separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13. Simplified Acquisition Procedures shall be utilized. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 effective 05 August 2015. 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 being procured full and open competition. The National Institute of Standards and Technology (NIST) Materials Measurement Science Division requires the design and development of a hybrid ion mobility spectrometry-mass spectrometer that interfaces with a NIST owned AB Sciex Q4000 Triple Quad Mass Spectrometer and JEOL AccuTOF JMS-T100LC Mass Spectrometer. Responsible quoters shall provide pricing for all of the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award. Line Item 0001 : Quantity one (1) each, Ion Mobility Spectrometry-Mass Spectrometer, including the design, design review meeting, pre-installation fit-up and equipment meeting all specifications identified in the Statement of Work. Line Item 0002 : Quantity one (1) job, Installation. The contractor shall install the equipment in accordance with Statement of Work. Line Item 0003 : Quantity one (1) job, Training. The contractor shall provide training to NIST personnel in accordance with the Statement of Work. Line Item 0004 : Quantity one (1) job, Warranty. The contractor shall provide one year (12 months) of warranty services as specified in the Statement of Work. Warranty services shall commence after successful completion of installation, training and final acceptance of the equipment. Delivery All work shall be completed not later than 180 days from the date of award. Delivery terms shall be FOB Destination. All equipment shall be shipped to the National Institute of Standards and Technology, Building 301 Shipping and Receiving, 100 Bureau Dr., Gaithersburg, MD 20899. 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. EVALUATION CRITERIA AND BASIS FOR AWARD The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically Acceptable means: 1. The Contractor has provided a quotation that meets all requirements identified in the statement of work, provides a feasible design for the required interfaces that are likely to be successful, quotes FOB Destination delivery terms, and meets all requirements of the design, design review meeting, pre-installation fit-up, installation, training and warranty. AND 2. Notwithstanding a neutral rating, has a satisfactory record of past performance based on information provided by references and/or other sources of past performance information. Price shall be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1. For the purpose of evaluation of Technical Acceptability: -Quoters shall provide product literature and/or documentation that clearly demonstrates the quoted system's ability to meet all requirements of the statement of work. Specifically: -Ion Mobility Spectrometry performance values for resolving power, drift time range and accuracy, and operating temperature range. Quoters must provide the physical characteristics drift tub length and voltage, and ion gate pulse width range; -Operational characteristics including applicable voltage range and compatible gases of the Ionization Unit. -List of available gases and operational flow rates and pressures for Dopant Gas and Drift Gas control. -A technical sketch which illustrates the dimensions of the proposed interface hardware appropriate in scale, and provides a summary of the means that will be utilized to attached the hardware interface to the equipment for which it is intended; -Quoters shall address the design, design review meeting, pre-installation fit up, installation, training and warranty and provide documentation that all statement of work requirements shall be met. 2. For the purpose of evaluation of Past Performance, quoters must submit all of the following: a. Past performance information regarding relevant contracts over the past three (3) years with Federal, state, or local governments, 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 quoter has no relevant past performance, it shall 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 quoter in its quotation. b. 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. Past performance must be addressed by the Contractor. If the Contractor has no recent and/or relevant past performance performing the required work, the quotation must so state. 3. For the purpose of evaluation of Price: Quoters shall provide a firm-fixed price quotation for each Line Item as specified in the Contract Line Items, and a total firm fixed-price inclusive of all required line items. 4. Quoters shall include a completed copy of the attached provision, "Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015)" with their quotation in order to be considered for award. 5. Quoters shall include a completed copy of the attached provision, FAR52.225-18, Place of Manufacture (MAR 2015). 6. Quoters 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 a contractor 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 contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; 7. Quoters shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to receive an award. DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Susan Ruzicka, Contract Specialist at Susan.Ruzicka@Nist.gov. FAX quotations will not be accepted. Submission must be received not later than 11:00 a.m. Eastern Time on 28 August 2015. A quotation shall be considered received when it is received in the electronic inbox of Susan Ruzicka not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to Susan.Ruzicka@nist.gov by 11:00 a.m. Eastern Time on 21 August 2015. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Statement of Work 2. Applicable Clauses & Provisions 3. Representations Regarding Delinquent Tax Liability
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0913/listing.html)
 
Record
SN03844654-W 20150820/150819000839-8bd94167bac8248261f616c918acec04 (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.