Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOLICITATION NOTICE

66 -- Complete Optical Table System - Statement of Work - Price Sheet

Notice Date
7/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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
NB687040-18-02351
 
Archive Date
8/15/2018
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Price Sheet 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. The solicitation is being issued using Simplified Acquisition Procedures under the Authority of FAR 13. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ). All communications and documents must include the solicitation number, NB687100-18-01655. The contracting officer will not use, nor shall this solicitation be subject to the formal source selection procedures described in FAR Part 15. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99-1, dated 7-16-2018. 1352.215-72 INQUIRIES (APR 2010) Please direct any questions regarding this solicitation to Angela Hitt, Contracting Officer at angela.hitt@nist.gov no later than 11:00 am Mountain Time, Thursday, July 26, 2018. 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This requirement is being competed as full and open competition. All interested businesses may submit a quotation. The National Institute of Standards and Technology (NIST), requires a complete optical table system that has pneumatic vibration isolation to place and build a High-Harmonic Generation (HHG) ultra-fast spectrometer and imaging system. The HHG system will consist of several lasers, a regenerative amplifier, several vacuum systems and components, and electromagnets. Due to the geometry of both the instruments and the room that will house the system, the complete optical table system must consist of 2 separate tables joined together into an "L" configuration as depicted in the diagram below. One of the tables must be constructed of non-magnetic materials to prevent coupling of an electromagnet to the table. Please email your quote to me at angela.hitt@nist.gov. This solicitation shall close at 5 p.m. Mountain Time, on Tuesday, July 31, 2018. Please submit a firm-fixed price quote for the required Optical Table System per the attached Specifications and following requirements: 1. The complete optical table system must be a new system. Used or refurbished systems will not be considered. 2. The complete optical table system must consist of 2 tables joined together as shown in the diagram below. Any joining plates or hardware must be below the plane of the table top and not impede on the top surface. The dimensions of the two tables must be the following: 1. Non-magnetic table top and non-magnetic core with dimensions of 5 ft. × 11 ft. All materials of the table must be made of non-magnetic materials. The top surface and bottom surface must be made of 316 stainless steel plates. All additional steel components must be made of 316 stainless steel. The legs and pneumatic isolation can be made of magnetic components as long as they are confined to being beneath the table. 2. A 5 ft. x 13 ft. table made with magnet 430 stainless steel including the top surface and bottom surface, which must be made of a 430 stainless steel plate. 3. The optical table thickness must be a minimum of 12 inches with a preference given for 18 inches (46 cm). 4. The core construction must be a steel honeycomb construction. 5. The side material must be made of a rigid metal, preferably steel. 6. After/during installation, the two tables must be connected into an "L" shape as defined by the drawing below. The connection must be rigid enough such that the complete connected optical table system conforms to the same specifications as a single optical table and preserves the stiffness and damping characteristics across the entire surface defined by the combined surfaces of the two tables. 7. The tables must be delivered separately to allow them to be moved into the building and laboratory space. The tables must be able to be connected/fastened together at NIST during the installation inside the laboratory. The tables must have the ability to be disconnected and reconnected to allow for the possibility of any future relocation of the tables. (i.e., the connection must not be permanent) 8. The tables must have 1/4" - 20 tapped holes on a 1-inch grid on the full top surface. 9. The tables must be floated with an active, self-leveling, pneumatic vibration isolation system. The required supply pressure for the pneumatic isolation system must not exceed 100 psi. 10. The nominal working surface of the table must be 34 inches from floor under standard operational conditions. Options: 1. Please provide the cost for sealed holes that prevent liquids from getting into the core. 2. If the optical table thickness is less than 18 inches (46 cm), please provide the additional cost for a system with a table thickness of 18 inches (46 cm). 3. Provide the additional cost to have all steel components made of 304 stainless steel instead of 316 stainless steel for the non-magnetic 5 ft. x 11 ft. table. 4. Provide the additional cost of having a 1-inch offset between the working surface heights of the two tables. In this case, the nominal working surface of the of the 5 ft. x 13 ft. "magnetic" table must be 35 inches from floor under standard operational conditions. The nominal working height of the 5 ft. x 11 ft. "non-magnetic" table must be 34 inches from the floor. This scenario is described in Figure 2 below. To allow future repurposing of the joined tables, a mechanism must be in place to allow the tables to be joined without this offset in the future (i.e., such that the entire joined top surface of the joined tables is flush and on the same plane). This can be accomplished by (but not limited to) having two joining mechanisms on opposite sides of the "non-magnetic" 5 ft x 11 ft tables such that rotating this table by 180 degrees allows the tables to be joined in this configuration without an offset. (see Figure 2 below) Other solutions will be considered. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in the associated solicitation. EVALUATION CRITERIA AND BASIS FOR AWARD: The Government intends to evaluate quotations and issue a firm fixed purchase order based on the initial quotations received, utilizing simplified acquisition procedures of FAR Part 13. The Government will evaluate quotes utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the quoter with the lowest priced quotation. The award will be made to the vendor whose submission represents the best value to the Government. The Government may award to other than the lowest priced Offeror or the highest technically rated Offeror utilizing trade-offs. Pricing will be evaluated separately from technical factors and used as a trade-off. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. The following factors shall be used to evaluate offers: Evaluation Criteria. Evaluation criteria consist of factors. The proposals will be evaluated under three evaluation factors: Technical Capability, Past Performance and Price. In determining best value using trade-off, Technical Capability and Pas Performance are listed in order of importance. When combined, the non-price factors shall be significantly more important than price. • Factor I: Technical Capability • Factor II: Past Performance • Factor III: Price Factor I, Technical Capability: 1. Submittal Requirements 1.1 Contractors' shall submit Technical Capability documentation which may include a narrative, charts, graphs, tables and drawings. Technical Capability is defined as the contractor's demonstration of resources and capability to successfully conduct the requirements. The technical capability documentation should clearly describe, in sufficient detail, the contractor's resources which will be used to successfully fulfill the technical requirements. The documents may include product/ service literature. Basis of Evaluation: Evaluation of this factor is a subjective evaluation of the contractor's demonstrated resources and capability to meet the technical requirements. The Government will evaluate the technical approach submittals to determine whether the offeror demonstrates a clear understanding of the requirement and demonstrates the necessary capabilities to meet the technical requirements. Factor II, Past Performance: 1. Submittal Requirements 1.1 Contractors shall submit no more than 3 Past Performance References or Contract Performance Assessment Reporting System (CPARS) Evaluation Reports. If a completed CPARS Evaluation Report is available for each project; it shall be submitted with the quotation. The Government reserves the right to contact references for verification or additional information. 1.2 Contractor's may provide any information on problems encountered and the corrective actions taken on projects. Contractor's may also address any adverse past performance issues. Explanations shall not exceed two (2) double-sided pages (or four (4) single-sided pages) in total. Basis of Evaluation: The assessment of the contractor's past performance will be used as a means of evaluating the contractor's probability of successfully meeting the requirements. In addition to the maximum of three relevant past performance reports, the Government reserves the right to obtain more information for use in the Evaluation of the past performance factor. Evaluation of past performance is a subjective evaluation of how relevant a recent contract effort was regarding the requirements and how well the contractor performed on relevant contracts. A relevant project is defined as a project that is similar in size, scope and complexity to that of the RFQ. A recent project is defined as a project performed within the past 3 years. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but is not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) Federal Awardee Performance and Integrity Information System (FAPIIS) using all CAGE/ DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/ subsidiary/ affiliate) identified in the contractor's quotation, inquiries of owner representative(s), and any other known sources not provided by the contractor. The Government reserves the right to contact any other source of information that may have knowledge or information on a contractor's relevant past performance history. Factor III, Price: 1. Submittal Requirements 1.1 Contractor's shall submit a Quotation which will be evaluated for price reasonableness. Basis of Evaluation: The quoted price will be evaluated to determine whether the quoted prices are reasonable in relation to the solicitation requirements. Prices must be entirely compatible with the technical portion of the quotation. The Government will evaluate the price quotation for award inclusive of the prices quoted for all optional line items. The Government may determine that a quotation is unacceptable if the option prices are significantly unbalanced. Evaluation of options does not obligate the Government to exercise the options. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the attached provision. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional clauses within FAR 52.212-5 and which may be applicable to this acquisition are: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28, Post Award Small Business Program 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act w/ Alt I 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award FAR 52.225-18 - Place of Manufacture FAR 52.232-15, Progress Payments Not Included CAR 1352.213-70, Evaluation Using Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests FAR 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, FOB Destination FAR 52.242-15, Stop-Work Order CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-72, Restrictions Against Disclosure CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.270-70, Period of Performance CAR 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 Shipping and Receiving 325 Broadway Boulder, CO 80305 NIST LOCAL-10, Delivery Instructions Contractor shall coordinate delivery (including installation and training if applicable) with the Technical Information Contact identified herein. NIST LOCAL - 39, Marking/Packing Instructions (1) If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis. (2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an Issuable unit. (3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. NIST LOCAL-53, Contract Performance During Changes in NIST Operating Status Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status: Gaithersburg Campus Operating Status Line: (301) 975-8000 (800) 437-4385 x8000 (toll free) Boulder Campus Operating Status Line: (303) 497-4000 During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management's website at www.opm.gov for the Federal Government operating status. NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer's Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed. Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance. NIST LOCAL-54, Electronic Billing Instructions NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46e56e74126347d709179f5ddf49fcc7)
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN05004292-W 20180726/180724230904-46e56e74126347d709179f5ddf49fcc7 (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.