SOLICITATION NOTICE
66 -- Real-Time Acquisition Card - Statement of Work - Provisions and Clauses
- Notice Date
- 7/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) 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
- SB1341-17-RQ-0848
- Archive Date
- 8/17/2017
- Point of Contact
- Latish Walker, Phone: 3019750474
- E-Mail Address
-
latish.walker@nist.gov
(latish.walker@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Applicable Provisions and Clauses Statement of Work - Real-Time Acquisition Card COMBINED SYNOPSIS/SOLICITATION SB1341-17-RQ-0848 Real-Time Acquisition Card This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 - Streamlined Procedure 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. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94 effective 1/19/2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 334418 with a small business size standard of 750 Employees. This acquisition is a Total Small Business Set-Aside. Only quotes submitted by qualified small business concerns will be considered for award. The National Institute of Standards and Technology (NIST) designs highly sensitive instrumentation for ultra-trace gas detection in the mid and near-infrared. The phase modulator based dual-comb technique developed at NIST requires advanced data acquisition hardware and software to match the inherently high-throughput capabilities of dual-comb spectroscopy. Therefore, NIST requires a data acquisition card that can provide true real-time data acquisition over a broad radiofrequency bandwidth. Responsible quoters shall provide pricing for the following line item. All equipment must be new. Used or remanufactured equipment will not be considered for award. This is a Brand Name or Equal procurement, in accordance with FAR 52.211-6: (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Line Item 0001: GaGe EON Express C3E123G2 real time data acquisition card with memory upgrade to 8 GB (ENE-181-001) and on-board signal averaging firmware (250-181-001), or its technical equivalent, meeting the salient characteristics described in the Statement of Work (SOW). Delivery The items must be delivered within 12 weeks of the date of award. The items shall be shipped F.O.B Destination to: The National Institute of Standards and Technology (NIST) ATTN: Dr. Adam Fleisher 100 Bureau Drive Building 301 Gaithersburg, MD 20899-0001 FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with the 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 intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, confirming to the solicitation, is the lowest priced technically acceptable quotation. NIST intends to evaluate quotes and issues a contract based on the initial quotes received. Therefore, the Contractor's initial quote should contain the Contractor's best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary. NIST intends to utilize the procedures of FAR Part 12 - Acquisition of Commercial Items. As such, vendors shall only propose solutions meeting the definition of a commercial item contained in FAR 2.101: "Commercial item" means- (1) Any item, other than real property, that is of a type customarily used by the general public or by non-governmental entities for purposes other than governmental purposes, and- (i) Has been sold, leased, or licensed to the general public; or (ii) Has been offered for sale, lease, or license to the general public; (2) Any item that evolved from an item described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a Government solicitation; (3) Any item that would satisfy a criterion expressed in paragraphs (1) or (2) of this definition, but for- (i) Modifications of a type customarily available in the commercial marketplace; or (ii) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. Minor modifications means modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or component, or change the purpose of a process. Factors to be considered in determining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages may be used as guideposts, but are not conclusive evidence that a modification is minor; (4) Any combination of items meeting the requirements of paragraphs (1), (2), (3), or (5) of this definition that are of a type customarily combined and sold in combination to the general public; (5) Installation services, maintenance services, repair services, training services, and other services if- (i) Such services are procured for support of an item referred to in paragraph (1), (2), (3), or (4) of this definition, regardless of whether such services are provided by the same source or at the same time as the item; and (ii) The source of such services provides similar services contemporaneously to the general public under terms and conditions similar to those offered to the Federal Government; (6) Services of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices for specific tasks performed or specific outcomes to be achieved and under standard commercial terms and conditions. For purposes of these services- (i) "Catalog price" means a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or vendor, is either published or otherwise available for inspection by customers, and states prices at which sales are currently, or were last, made to a significant number of buyers constituting the general public; and (ii) "Market prices" means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors. (7) Any item, combination of items, or service referred to in paragraphs (1) through (6) of this definition, notwithstanding the fact that the item, combination of items, or service is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor; or (8) A nondevelopmental item, if the procuring agency determines the item was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple State and local governments. Any quotations based on developmental items not meeting the definition of a commercial item above will be determined technically unacceptable. Technically acceptability will be evaluated as follows: The Government will evaluate the Contractor's technical approach to determine that it has adequately demonstrated that all of the specifications in the SOW have been met. Quoters must address each specification in the SOW, and clearly demonstrate that the commercial item quoted meets each salient characteristic. Price will be evaluated to determine that the total price is consistent with the technical portion of the quotation, and 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: Documentation that clearly confirms the contractor is capable of providing the real-time acquisition card specified in the SOW. Quoters shall include a copy of the quoted system's manufacturer specifications with additional information as necessary to demonstrate that the quoted product meets the characteristics of the SOW. 2. A firm-fixed price quotation including delivery and warranty for the Line Item as follows: • CLIN 0001, Firm-Fixed Price: Delivery of one (1) GaGe EON Express C3E123G2 real time data acquisition card meeting all specifications in accordance with the SOW inclusive of F.O.B Destination shipping, and warranty. $ _________________total firm-fixed price. 3. A completed version of all required solicitation provisions (see attached provisions/clauses document - required submissions highlighted in blue. 4. If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor 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." [Contractor shall list exception(s) and rationale for the exceptions (s)]. 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. 5. 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 be considered for award. 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; DUE DATES FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Tish Walker, Contract Specialist at latish.walker@nist.gov Submission must be received not later than 1:00PM Eastern Standard Time on Wednesday August 2, 2017. A quotation shall be considered received when it is received in the electronic inbox of Tish Walker not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to latish.walker@nist.gov by 11:00 a.m. Eastern Time on Wednesday July 26, 2017. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. 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 The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/ ATTACHMENTS: The following attachments apply to this solicitation: 1. The Statement of Work 2. Applicable Clauses & Provisions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-17-RQ-0848/listing.html)
- Record
- SN04586580-W 20170721/170719235527-f2b59139f67f9bd6d69a5a31a60dff00 (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 |