SOLICITATION NOTICE
N -- Silane Distribution System - Wage Determination - SECTION 15478 - Statement of Work - SECTION 15474
- Notice Date
- 8/28/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation 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
- NB687100-18-03611
- Archive Date
- 9/22/2018
- 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
- SECTION 15474 Statement of Work SECTION 15478 Wage Determination 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, NB687100-18-03611. 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) 2005-100, dated August 22, 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, Tuesday, September 4, 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 325998 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), Boulder Micro-Fabrication Group, requires a Silane Distribution System to deliver silane, a pyrophoric gas which ignites spontaneously in air at or below 55°C /130°F per the Statement of Work. SITE VISIT: There will be a site visit held on Thursday, August 30, 2018, at 10 a.m. located at NIST, 325 Broadway, Building 2, Room 1400, Boulder, CO 80305. a. The government will give the contractor an opportunity to see the exact run during the site visit. b. Interested parties shall notify Peter Lowell at 303-497-6934 or by email at peter.lowell@nist.gov of intent to attend an organized site visit. This is the only way a contractor can attend the site. Please email your quote and required documents noted in this solicitation and in the Statement of Work to me at angela.hitt@nist.gov. This solicitation shall close at 5 p.m. Mountain Time, on Friday, September 7, 2018. Please submit a firm-fixed price quote for the required line items:/services: CLIN 0001: Silane Distribution System (GasGuard AP10 (or same manufacturer newer model) unit with weather shielding that can accommodate 3 gas cylinders per the attached Statement of Work. CLIN 0002: Installation of approximately 350 feet of single walled 316L stainless steel orbital welded tubing that is suitable for silane gas delivery as per attached NFPA 318, ANSI/CGA G-13, and Statement of Work to include all travel expenses. INSPECTION AND ACCEPTANCE: a. After the tasks listed in Sections 2.c.(1) are completed, the contractor shall test the system according to the specifications detailed in section 15474 and section 15478 including a pump/purge test. b. After the pump/purge test is completed, the contractor shall demonstrate the full functionality of the system. These tests shall demonstrate that the system can meet all of the specifications in Section 2.c.(1). If the system does not meet all the specifications, the contractor shall repair any faults and retest the system until the system meets specifications. PERIOD OF PERFORMANCE: Date of Award through one year including Warranty. PLACE OF PERFORMANCE: a. U.S. DOC/NIST 325 Broadway Bldg. 81 Boulder, CO 80305 b. Day-to-day supervision and direct control over the work performed by on-site contractor personnel will be the sole responsibility of the contractor. GOVERNMENT FURNISHED PROPERTY: a. All property, data and information provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. b. The Government will provide visitor's access to the NIST facilities during the performance of this installation contract. DELIVERABLES: a. The contractor shall provide the government the submittals listed in section 15474 1.4 and section 15478 1.3 and all other deliverables listed in section 15474 and 15478 such as weld test coupons and documentation. b. The contractor shall provide evidence of experience of installing a toxic gas delivery system. Evidence of this criterion shall be demonstrated with an appropriate reference. c. The contractor shall supply the Technical Point of Contact (TPOC) with a copy of a report summarizing the following items one week after their site visit: (1) Work done. (2) Results of the system test. (3) Any issues identified. CONTRACTOR EXPERIENCE/QUALIFICATIONS/TRAINING: a. Provide evidence of experience of installing a toxic gas delivery system. Evidence of this criterion shall be demonstrated with an appropriate reference. b. Provide personnel that pass required government background checks to be issued badges for work on site. c. Provide personnel that have been trained and are currently certified in orbital welding that conforms to NFPA 318 and ANSI/CGA G-13 standards. Appropriate certification of a state or nationally recognized certification body must be provided with the proposal. This criterion shall be demonstrated with appropriate documentation and only applies to contractors who are performing the orbital welding. ATTACHMENTS: a. Section 15474: Specialty Gas Source Equipment b. Section 15478: High Purity Stainless Steel Piping Systems PERFORMANCE REQUIREMENT SUMMARY: Assist the government in the installation of a Silane Distribution System in the BMF as defined Section 2. After the Silane Distribution System is installed, it is able to pump/purge and deliver gas as described in Section 2. The technical requirements defined in Section 2 and the delivery of the report described in section 6 within one week of the site visit. Installation of the Silane Distribution System is performed according to NFPA 318 and ANSI/CGA G-13 standards using OEM components for each piece of equipment listed in Section 2. After the Silane Distribution System is installed, it is able to pump/purge and deliver gas as described in Section 2. Visual verification of work completed and verifying the tasks in the report described in Section 6 are completed. TRAVEL: Travel to the NIST, Boulder is required. All travel expenses will be included in the price of quote. CONTRACTOR SUPPLIED MATERIALS: The contractor shall supply all parts, hardware, equipment, and labor required to perform the tasks listed. CONTRACTOR'S MINIMUM QUALIFICATIONS: a. Provide personnel that pass required government background checks to be issued badges for work on site. b. Provide personnel that have been trained and certified in orbital welding by Provide personnel that have been trained and are currently certified in orbital welding that conforms to NFPA 318 and ANSI/CGA G-13 standards. Appropriate certification of a state or nationally recognized certification body must be provided with the proposal. This criterion shall be demonstrated with appropriate documentation and only applies to contractors who are performing the orbital welding. c. This criterion shall be demonstrated with appropriate documentation and only applies to contractors who are performing the orbital welding. 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. Quote shall include shipping costs. BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached specifications. This will be a firm fixed price purchase order. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an "unacceptable" technical rating. PRICE: Price shall be evaluated for reasonableness. 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 Subcontracting Award 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.225-1, 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 52.222-41, Service Contract Act of 1965 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 52.204-7, System for Award Management JUL 2013 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 52.204-13, System for Award Management Maintenance JUL 2013 FAR 52.222.41, Service Contract Labor Standards FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.237-1, Site Visit FAR 52.237-3, Continuity of Services FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Changes, Fixed-Price FAR 52.245-1, Government Property w/ Alternate 1 FAR 52.245-9, Use and Charge FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.242-15, Stop-Work Order FAR 52.246-4, Inspection of Services-Fixed Price FAR 52.247-34, FOB Destination 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 1352.237-71, Security Processing Requirements-Low Risk Contracts FAR 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within the term of the contract. 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 CAR 1352.270-70 Period of Performance The period of performance will be provided at the time of Award. Award is tentatively planned Thursday, August 18, 2016. 90 days after award of this requirement. NIST LOCAL-10 Delivery Instructions Contractor shall coordinate delivery (including installation) with the Technical Information Contact identified herein. NIST LOCAL - 39, 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/7e40e63bdb71148a23028c4349b9df66)
- 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
- Zip Code: 80305
- Record
- SN05059124-W 20180830/180828231053-7e40e63bdb71148a23028c4349b9df66 (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 |