Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOLICITATION NOTICE

66 -- One (1) Vector Network Analyzer (VNA) - One (1) Vector Network Analyzer (VNA)

Notice Date
8/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component 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
RFQ-SB1341-15-RQ-1010
 
Archive Date
9/25/2015
 
Point of Contact
Harry L. Brubaker, Phone: 3019758330, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
Harry.Brubaker@nist.gov, patrick.staines@nist.gov
(Harry.Brubaker@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
SB1341-15-RQ-1010 SUBJECT: One (1) Vector Network Analyzer (VNA) SOLICITATION NUMBER: SB1341-15-RQ-1010 RESPONSE DATE: September 10, 2015; 4:00PM EST CONTACT POINTS: Harry Brubaker, Contracting Officer, (301) 975-8330 Patrick Staines, Contracting Officer, (301) 975-6335 DESCRIPTION: 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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, Effective 25 Aug 2015. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than five calendar days after the issuance date of this 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. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334419- Other Electronic Component Manufacturing with a small business size standard of 500 employees. This requirement is unrestricted and all interested Offerors may submit a quotation. Introduction The contractor shall furnish the necessary personnel, material, equipment, and services to fabricate One (1) Vector Network Analyzer (VNA). Background The NIST's Applied Electrical Metrology (AEM) group has a need for a vector network analyzer (VNA) instrument as a critical design/prototyping/analysis tool in the development of precision, quantum­ referenced, sampling-comparator-based analog-to-digital converters (ADCs), high-performance digital-to-analog converter (DAC) development, wide-band and low-distortion active and passive filters, mixers, directional couplers, diplexers, and amplifiers, as well as in the development of step generators with state-of-the-art transition rates and settling performance. ALL ITEMS MUST BE NEW. NO PROTOYPES, DEMONSTRATION MODELS, USED, REFURBISHED OR REMANUFACTORED EQUIPMENT, PARTS OR COMPONENTS WILL BE CONSIDERED FOR AWARD. All Offerors shall provide a quotation for the following line item: Line Item 0001: One (1) Vector Network Analyzer (VNA) instrument. The VNA shall meet or exceed the following specifications: 1) The instrument must be self-contained, i.e., have a front panel user interface and a display so that no other devices are required to operate the instrument, such as a separate computer. 2) The instrument must have either an IEEE-488 (GPIB) or USB interface bus so that all aspects of instrument functionality can be remotely-controlled by a NIST computer using manufacturer-provided, Windows-7 (or later) compatible software drivers that are accessible to the LabView programming environment. 3) All measurement results must be accessible over the interface bus. 4) The instrument must be capable of storing/recalling pre-defined measurement states using the front panel user interface and the GPIB/USB bus. 5) The VNA must be capable of performing true S-, H-, Y-, or Z-parameter measurements (both magnitude and phase) without the need for additional post-processing of measurement results, outside of the instrument. 6) The VNA must incorporate integrated, synthesized source(s) and tuned-receiver detector(s) to ensure the lowest noise and highest dynamic range. 7) Required frequency range: 10 kHz to 8 GHz for adequate frequency coverage in the development and analysis of transmission lines, sampling comparator probe, step generator, thermal voltage converter (TVC), amplifier, ADC, DAC, and filter networks. The frequency resolution shall be 10 mHz or better for narrow-band filter analysis with a measurement bandwidth of 10 Hz or less to provide the highest possible dynamic range. 8) Programmable frequency sweep speed is required for measuring narrowband filters and electrically long networks. 9) The VNA must support building up a measurement sweep using distinct values of frequency, power, bandwidth, sensitivity, and inter-point time delay to aid in the analysis of high-gain amplifiers and wide-dynamic range filters without overloading or damaging the VNA. 10) The VNA shall have power output capability below -80 dBm for testing high-gain amplifier designs and high-Q devices. 11) The VNA must have a typical dynamic range >= 140dB for the analysis of active and passive band-pass and notch filter designs used in the development and measurement of low-distortion signal generation hardware. 12) The VNA must contain 2 independent sources to support intermodulation measurements, and frequency conversion options for cost-effective inter-modulation analysis of directional couplers, mixers, amplifiers, filters, etc. 13) In order to test the common-mode and differential mode performance of differential transmission networks and sources, the VNA must be able to combine two of its physical ports into a virtual, balanced port, capable of measuring mixed-mode S-parameters without the need of a separate balun (balance-unbalance) transformer. 14) The VNA must have 4 ports to support the measurement and analysis of 4-port differential-input/differential-output devices related to the development of quantum-referenced differential sampling networks. 15) The VNA shall support Time Domain Analysis for optimization of step generator source impedance and interconnect designs, and analysis of electrically long networks. 16) The VNA shall incorporate DC Bias Tees for testing the DC-dependent behavior of various devices without compromising the low-frequency performance of the VNA. 17) The VNA shall support vector-error correction of measurement data using short, open, load, and through standards and must include calibrated sets of these standards (calibration support hardware) to support both type-N and 3.5 mm connectors. a. The calibration support hardware shall be of two types: i. Mechanical calibration kits for manual, highest accuracy calibrations and ii. 4-port automatic calibration units for fully automatic calibrations to ensure reproducible results. b. The VNA shall support a full 2-port, bi-directional, (S-parameter) error correction and calibration {12 measurements on the 4 known SOLT standards (short, open, load, through)} for reflection and transmission measurements. i. Each pair of VNA ports must include 4 receivers to support true TRL/TRM/LRL/LRM calibrations (Through-Reflect-Line, Through-Reflect-Match, etc.). ii. The correction algorithms are to be fully automatic inside the instrument, without the need for additional post-processing of measurement results. iii. The correction algorithms must support embedding and de-embedding of S-Parameter networks to support measurements using fixtures, port extensions, matching circuits, etc. iv. The VNA shall include embedded software routines to assist in instrument configuration, data analysis, and database management related to efficient use of the measurement and calibration data. 18) The VNA shall also include a long-term (Minimum of 4 years) return-to-manufacturer warranty. WARRANTY: The VNA shall be warrantied for one year for all parts and labor, and shipping. The VNA shall also include a long-term (Minimum of 4 years) return-to-manufacturer warranty. INSTALLATION: Onsite installation will be completed by NIST after delivery, Gaithersburg, MD - Building 220 and final acceptance testing shall occur within 30 days after installation. DELIVERY: Delivery shall be FOB DESTINATION and shall take place 60 days from ARO unless mutually agreed upon the Government's ability to receive earlier. The Contractor shall initially deliver the systems to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640 prior to an ultimate delivery at the Loading Dock for Building 220. INSPECTION AND ACCEPTANCE: In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such tests as defined below and evaluations to verify specified system performance. They are verification the instrument and support hardware meet or exceed the specifications as defined under CLIN 0001 of this RFQ. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. Final acceptance testing shall occur within 30 days after installation. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR and CAR provisions and clauses may be viewed in full text at http://farsite.hill.af.mil/. Provisions 52.204-7, System for Award Management 52.212-1, Instructions to Offerors-Commercial Items 52.225-4 -- Buy American -- Free Trade Agreements - Israeli Trade Act Certificate. Buy American -- Free Trade Agreements--Israeli Trade Act Certificate (May 2014) (a) The Offeror certifies that each end product, except those listed in paragraph (b) or (c) of this provision, is a domestic end product and that for other than COTS items, the Offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." (b) The Offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American--Free Trade Agreements--Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No.: Country of Origin: [List as necessary] (c) The Offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) of this provision) as defined in the clause of this solicitation entitled "Buy American--Free Trade Agreement--Israeli Trade Act." The Offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No.: Country of Origin: [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of provision) 52.225-18, Place of Manufacture; Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran; 52.212-3 Offeror Representations and Certifications-Commercial Items Offerors shall complete annual representations and certifications on-line at www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) (1) In accordance with Sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by the Consolidated and Further Continuing Appropriations Act, 2015 funding 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, where an awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (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, where the awarding agency is aware of the unpaid 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. (b) 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 agreement with the authority responsible for collecting the tax liability. (End of provision) 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) Clauses Assurance by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) (1) In accordance with Sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by Consolidated and Further Continuing Appropriations Act, 2015 and subsequent appropriations acts 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, where an awarding agency is aware of the conviction, 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, or (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, where the awarding agency is aware of the unpaid 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) By accepting this award or order, in writing or by performance, the Offeror/contractor assures that - (a) The Offeror/contractor is not a corporation convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) The Offeror/contractor 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 agreement with the authority responsible for collecting the tax liability. (End of clause) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) (1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of clause) 52.204-13, System for Award Management Maintenance 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-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy 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 52.247-35, FOB Destination 52.252-2, Clauses Incorporated by Reference 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 1352.246-70, Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, Building 220, 100 Bureau Drive, Gaithersburg, Maryland, 20899 INSTRUCTIONS TO OFFERORS System for Award Management Registration (SAM) In accordance with FAR 52.204-99 (September 2012) (DEVIATION), the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 4:00 p.m. Eastern Time on SEPTEMBER 10, 2015. FAX copy quotations shall not be accepted. E-mail quotations shall be sent to Harry.Brubaker@nist.gov. Offerors quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Harry Brubaker, Contracting Officer; 100 Bureau Drive, Stop 1640; Gaithersburg, MD 20899-1640. All Offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A and a 48 hour prior notice (excluding weekends and holidays) shall be provided to Harry Brubaker, Contract Specialist on 301-975-8330 or Harry.Brubaker@nist.gov. ADDENDUM TO FAR 52.212-1, QUOTATION PREPARATION INSTRUCTIONS 1) PRICE QUOTATION: The Offeror shall submit an original and one copy of the completed price schedule. Only one copy is required if submitted electronically. The pricing quotation shall be separate from any other portion of the quotation. The Offeror shall propose a firm-fixed-price, FOB Destination, for each CLIN. Contractor shall state express warranty coverage. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) TECHNICAL QUOTATION: The Offeror shall submit an original and one copy of the technical quotation. Only one copy is required if submitted electronically. The technical quotation shall address the following: a. Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein; b. If standard product literature and/or technical descriptions do not address all required specifications, Offerors must provide narratives and or explanation of the work that will be performed to meet the requirement(s). All proposed work must be addressed in sufficient detail that all technical requirements are discussed and that the intended outcome of the work can be clearly discerned. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. ACCEPTANCE OF TERMS AND CONDITIONS (ADDENDUM TO FAR 52.212-1 (B) (11)): THIS IS AN OPEN-MARKET SOLICITATION FOR EQUIPMENT AS DEFINED HEREIN. THE GOVERNMENT INTENDS TO AWARD A PURCHASE ORDER AS A RESULT OF THIS SOLICITATION THAT WILL INCLUDE THE CLAUSES SET FORTH HEREIN. THE QUOTATION SHOULD INCLUDE ONE OF THE FOLLOWING STATEMENTS: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: 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 Offerors FSS or GWAC contract, and the statement required above shall be included in the quotation. QUOTATION EVALUATION: EVALUATION FACTORS: The Government intends to make one single award. Award shall be made to the Offeror whose quotation is lowest price technically acceptable to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. TECHNICAL CAPABILITY: All items must be new. Prototypes, used or refurbished instruments will not be considered for award. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the Offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an Offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Offerors that propose equipment that exceeds the stated minimum specifications will be rated higher under this factor. PRICE: The Government will evaluate price for reasonableness. 1352.233-70 AGENCY PROTESTS (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651. (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858 (End of clause) (END OF REQUEST FOR QUOTE FOR SB1341-15-RQ-1010)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/RFQ-SB1341-15-RQ-1010/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899-0001, United States
Zip Code: 20899-0001
 
Record
SN03863417-W 20150902/150831235224-4cf600c07e815634ade822aebc740811 (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.