SOLICITATION NOTICE
D -- 40 GS/s Digitizer System - Attachments
- Notice Date
- 8/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
- ZIP Code
- 80305
- Solicitation Number
- SB1341-16-RQ-1029
- Archive Date
- 9/21/2016
- Point of Contact
- Susan McKean, Phone: 3034975417, Michael Fredericks, Phone: 303-497-7763
- E-Mail Address
-
susan.mckean@nist.gov, michael.fredericks@nist.gov
(susan.mckean@nist.gov, michael.fredericks@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification Statement of Work AUTHORITY & INTRODUCTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES 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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF PART 13-5 SIMPLIFIED ACQUISITION PROCEDURES FOR CERTAIN COMMERCIAL ITEMS. THIS SOLICITATION INCLUDES BRAND NAME REQUIREMENTS. THIS SOLICITATION INCLUDES A BRAND NAME DESCRIPTION WHICH IS INTENDED TO BE DESCRIPTIVE AND RESTRICTIVE TO THE BRAND. THE BRAND NAME DESCRIPTION IS TO INDICATE THE QUALITY AND FEATURES OF THE PRODUCT THAT WILL BE CONSIDERED ACCEPTABLE TO MEET OR EXCEED NATIONAL INSTITUTE OF STANDARD'S (NIST) REQUIREMENTS. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-90 effective 8/25/2016. The National Institute of Standards and Technology (NIST) has a need for a 40 GS/s digitizer capable of at least 10 GHz analog bandwidth and a sample rate that is 8 times the 5 GHz Intermediate Frequency (IF). This acquisition is for Keysight Technologies hardware. The equipment will be a key proponent in the development of a millimeter-wave channel sounding instrument to for future mobile phone communications. This is a Request for Quotation (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 1,250 employees. This acquisition is being competed as full and open competition. All interested responsible business concerns, regardless of size, may submit a quotation. NIST anticipates the award of a single, firm-fixed price purchase order. All vendors shall provide a firm-fixed price quotation in accordance with the Instructions to Offeror's for the line item(s) detailed in the Statement of Work. BRAND-NAME JUSTIFICATION: For a justification of the requirement for Keysight Technologies brand name only products (See the attached document titled "Brand Name Justification"). The Contractor shall provide a Brand-Name Keysight Technologies self-contained 40 GS/s Digitizer system capable of at least 10 Ghz analog bandwidth and a sample rate that is 8 times the 5 GHz IF as specified in the attached Statement of Work (SOW). APPLICABLE ATTACHMENTS: Attached to this solicitation are the following: a. Statement of Work b. Brand Name Justification INSTRUCTIONS TO VENDORS: 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contract specialist within five (5) days of the posting. All responses to the 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) Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015) 1. Due Date and Response Information: All quotations must be submitted electronically to Susan McKean at susan.mckean@nist.gov. Offerors shall submit their quotations so that NIST receives them not later than NLT 4:00 pm MDT, Sep 6, 2016. FAX and hard-copy quotations will NOT be accepted. 2. Acknowledgement of solicitation amendment(s). 3. SPECIFIC REQUIREMENTS: 3.1 Submittal Requirements 3.1.1. Administrative Information: The quote shall contain, at a minimum, the following business items: a) The Name, DUNS number, address, telephone number and email address of the contractor. b) A statement accepting the terms and conditions in the solicitation to be included in the award document without modification, deletion, or addition, OR a statement that 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 [contractor shall list exception(s) and rationale for the exception(s)]. c) A statement that the quote is valid for a minimum of 90 days from the date submitted. d) If the contractor's representations and certifications do not reflect the NAICS code governing this solicitation, contractors must submit documentation that they are a small business under the NAICS code governing this solicitation. e) The total number of pages of all required submissions shall not exceed 10 pages. Disclosures required by applicable clauses, such as FAR 52.212-3, do not count towards the page limitation. f) 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 quote 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 Contract, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quote. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. 3.1.2. Pricing Information: Responsible vendors will provide pricing for the following line items in the price Information section of the quotation. All specifications provided by the Contractor must meet or exceed the Brand Name specifications provided in the attached Statement of Work (SOW). Non-conforming specifications will not be considered for award: a) The vendor shall propose a firm-fixed price (FFP) for each Contract Line Item Number (CLIN), and an overall total FFP, which shall be the sum of the firm fixed prices proposed for each of the required CLINS (CLIN) detailed below and as specified in the attached SOW: Line Item 0001: Qty.: One (1) Keysight Technologies 40 GS/s Digitizer system with 3-year warranty. Reference the attached SOW for further details. b) The Vendor should provide supporting documentation such as calculations, price lists, product literature, or any other applicable supporting documentation; c) Any applicable discount terms. 3.1.3 Technical: The technical quotation shall clearly demonstrate compliance with the attached SOW. For each line item required, the quotation must clearly show the correct Quantity, Part Number, Product Description, and Period of Performance. 3.2. Evaluation Criteria and Basis for Award: The Government intends to issue an order resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation, results in the Lowest Priced and Technically Acceptable quotation to the Government. The following factors will be used to evaluate quotations: a. Technical Factors b. Price (Firm-Fixed) Technically acceptable means that the prospective vendor's quotation meets or exceeds the requirements specified in the attached SOW, the requirements of all Line Item(s) and the requirements of the solicitation. If a prospective vendor's quotation does not demonstrate how it meets or exceeds the requirements specified in the attached SOW, then the quote will be evaluated as technically unacceptable. 3.2.1 Technical Factors: A quotation will only be considered technically acceptable when: a) It clearly demonstrates compliance with the attached SOW; b) Includes all submittal information required under administrative information. c) The vendor is an authorized reseller of the Keysight Technologies products and has provided proof of such. 3.2.2 Price: Price will be considered when the technical requirement has been met. The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements and equipment proposed/quoted The Government reserves the right to make an award without discussions based solely upon initial quotations. Therefore, offerors should ensure that their initial quotation constitutes their best offer in terms of both price and the technical solution being proposed. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM. System for Award Management (SAM): In accordance with FAR 52.204-7, the awardee must be registered in SAM (www.sam.gov) prior to award. Refusal to register shall forfeit award. FAR Provisions: 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015) 52.212-3 Offeror Representations and Certifications - Commercial Items (APR 2016) FAR Clauses: 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2016) including subparagraphs: • 52.203-6 Restrictions of Subcontractor Sales to the Government (Sept 2006) • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) • 52.209-6 Protecting the Government`s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • 52.219-28 Post Award Small Business Program Representation (JUL 2013) • 52.222-3 Convict Labor (Jun 2003) • 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) • 52.222-21 Prohibition of Segregated Facilities (APR 2015) • 52.222-22 Previous Contracts and Compliance Reports • 52.222-26 Equal Opportunity (APR 2015) • 52.222-35 Equal Opportunity for Veterans (OCT 2015) • 52.222-36 • 52.222-37 Employment Reports on Veterans (FEB 2016) • 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) • 52.222-50 Combating Trafficking in Persons (Mar 2015) • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Department of Commerce Acquisition Regulation (CAR) clauses: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance with the Laws 1352.209-74, Organizational Conflict of Interest 1352.233-70 Agency Protests (APR 2010) (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 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: MICHAEL FREDERICKS, CONTRACTING OFFICER 325 Broadway, Bldg 111/Rm 109 Boulder, CO 80305 (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 (End of clause) 1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) (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) NIST Provisions and Clauses: NIST LOCAL 04 Billing Instruction (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899- 1621.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8f584f6ea93c3c485302629545b5e63a)
- Place of Performance
- Address: 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN04242595-W 20160828/160826234500-8f584f6ea93c3c485302629545b5e63a (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 |