MODIFICATION
66 -- Universal Robots (UR) UR5e Collaborative Robotic Systems
- Notice Date
- 8/24/2020 12:31:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- SB1341-20-RQ-02683
- Response Due
- 9/2/2020 1:00:00 PM
- Archive Date
- 09/17/2020
- Point of Contact
- Hunter Tjugum, Phone: 3019752015
- E-Mail Address
-
hunter.tjugum@nist.gov
(hunter.tjugum@nist.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) �� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� (ii) �� �The solicitation number is SB1341-20-RQ-02683 and the solicitation is issued as a Request for Quotation (RFQ) restricted on a Total Small Business Set-Aside basis. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items. A Fixed-Price type of contract is contemplated for any resulting contract entered into as a result of this solicitation.� (iii) �� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2020-08 / 08-13-2020. (iv) �� �The North American Industry Classification System (NAICS) code for this procurement is 334419 Other Electronic Component Manufacturing with the small business size standard of 750 Employees. This requirement is restricted on a Total Small Business set-aside basis. � (v)�� �Background. This requirement is for the National Institute of Standards and Technology (NIST). The Systems Integration Division (SID) in the Engineering Laboratory (EL) at NIST promotes U.S. innovation and industrial competitiveness by developing, advancing, and deploying the measurement science and standards needed to integrate engineering information systems into manufacturing and cyber-physical systems. A specific focus area of the SID is the model-based enterprise (MBE), which describes the paradigm shift to the use of digital models to support decision making and control throughout the product lifecycle. This acquisition addresses the MBE research needs of the SID specifically in the Manufacturing Systems Integration Test Bed (MSITB). The MSITB supports SID�s research efforts that enable the development of standards and technologies that further enable the integration of production systems across the manufacturing enterprise using digital models. The primary goals of the MSITB are (1) to test, verify, and validate these standards and technology using a physical infrastructure that reproduces manufacturing environments and (2) to develop reference architectures and implementations so that industry can more readily adopt standards-based systems integration approaches. The MSITB also provides opportunities to collect data to support internal and external research activities and to develop demonstration examples that support technology transfer activities. Accomplishing these goals requires the use of industrial hardware found on the manufacturing shop-floor to ensure the relevance and robustness of SID�s research to its industry stakeholders. The MSITB has a Brand-Name-Only requirement for two (2) collaborative robot arms, in accordance with the manufacturer, part numbers and specifications listed herein, and an End effector or Gripper and Mounting Flange, which must be compatible with and integrated into the robot arms to provide a complete system. Specifically, this requirement will provide MSITB with two collaborative industrial robotic systems to provide material handling and machine tending capabilities to the MSITB. It will upgrade the MSITB with robotic equipment typically found in manufacturing environments and support the deployment of relevant industry standards and platforms that enable agile, flexible integration of robotic systems. Brand Name Only Justification: The UR5e robot systems are the only collaborative robotic systems that have been deployed in manufacturing environments and meet the required specifications based on market research. Specifically, the UR5e provides full rotation (� 360 degrees) for all robot joints, conforms to the portability requirements (less than 25 kg), supports the needed payload (4-5 kg) and reach (800-900 mm) with sufficient repeatability (less than 0.03 mm), and meets the required ISO safety standards (ISO 10218 and ISO 13849, Category 3, Performance Level d). The UR5e is compatible with existing NIST URScript software libraries and the availability of on-site NIST EL staff who are already trained and actively using UR robotic systems. No other brand of robotic system fulfills NIST�s needs. (vi)�� �Purpose. The purpose of this acquisition is to obtain two (2) collaborative robotic arm systems on a Brand-Name-Only basis to the Universal Robots (UR) UR5e 6-Axis Flexible robot systems as described and identified herein manufactured by Universal Robots A/S located at Energivej 25, DK-5260, Odense S, Denmark. � Upgrades must be provided for the life of the product, including firmware and software upgrades free for download from the technical website. Maintenance agreement and / or warranty provision must be provided with the systems and performed by manufacturer authorized technicians possessing up-to-date factory certified training with access to a Certified Training Facility. Providers must be an authorized reseller/distributor partner with Universal Robots.� � Products offered must include those salient physical, functional, or other characteristics that are deemed essential in meeting the government�s needs. Specifically, products offered must include the following manufacturer part number, product description and quantity, manufactured by Universal Robots A/S located at Energivej 25, DK-5260, Odense S, Denmark. ��� �P/N: UR5E ��� �Description: Universal Robotics UR5e 6-Axis Flexible Collaborative Robot Arm ��� �Quantity: Two (2) Each collaborative industrial robotic system must contain the following components: ��� �Robotic arm (including controller and pendant) ��� �End effector or gripper ��� �Mounting flange The minimum specification criteria acceptable for the robotic arm requirements include the following:� 1.�� �Capabilities a.�� �Degrees of freedom: ? 6, b.�� �Maximum payload: 4-5 kg (including end effector), c.�� �Repeatability: ? � 0.03 mm, d.�� �Reach: 800-900 mm, e.�� �Joint rotation: ? � 360 degrees for all joints, 2.�� �Size a.�� �Portability: Weight must not exceed 25 kg. 3.�� �Electrical Power a.�� �Supply voltage: 120 VAC, 50-60 Hz. 4.�� �Safety a.�� �Standards compliance: Must comply with ISO standards for robot safety, specifically ISO 10218-1 and ISO 13849-1 (Category 3, Performance Level d). 5.�� �Control a.�� �Quantity: One controller per robot, b.�� �Teach pendant: Required for teaching and programming. 6.�� �Interface a.�� �PC connectivity: Must be able to communicate with an external PC via TCP/IP, b.�� �Network connectivity: ? 1 Ethernet interface that supports either IEEE 802.3u (Fast Ethernet, e.g., 100BASE-TX) or IEEE 802.3ab (Gigabit Ethernet, e.g., 1000BASE-T), c.�� �Other industrial protocols: Modbus TCP (server and slave) must be provided at time of delivery; must also include ability to communicate over other industry standard communications protocols (e.g., Ethernet/IP, PROFINET),� d.�� �I/O ports (controller): ? 8x digital inputs, ? 8x digital outputs (24 V), e.�� �Compatible with existing NIST URScript software libraries. The Essential Features needed to be achieved in the End Effector or Gripper include the following: 1.�� �Mounting: Must mount directly to the robot tool flange without modification to the end effector or flange. 2.�� �Actuation type: Electric; parallel, 3.�� �Power supply: Must be powered by low voltage (e.g., 5/12/24 VDC) as provided by the robot controller, 4.�� �Operation: Must be actuated by I/O signals or communications buses generated by the robot controller. 5.�� �Stroke (per finger): ? 85 mm, linear, programmable, 6.�� �Maximum payload: ? 1 kg (using force or friction), 7.�� �Maximum weight: ? 1 kg, 8.�� �Force: Programmable; must provide digital feedback of gripping force. The Essential Features needed to be achieved in each Mounting Flange include the following: 1.�� �Connection: The mounting flange must be compatible with the mounting holes provided on the robot base and allow for fastening to a standard optical table with an M6 mounting hole grid pattern at 25 mm spacing; all holes to attach to optical table must be accessible after the robot had been mounted to the flange. 2.�� �Support under load: The mounting flange must not mechanically deform when the arm is at full extension and carrying the maximum rated payload. � Offerors must: 1) include Shipping and handling cost in the quotation or specify if it is included in the price; 2) indicate if items being quoted are warrantied or if any service support plans are applicable in accordance with Offerors� standard commercial warranty practices, and the length of time of such warranty or support (See section (ix) for Warranty requirements); 3) indicate an estimated delivery time in full after receipt of an order and that the offeror will comply with NIST�s delivery terms. The Contractor shall provide a Firm Fixed Price Quotation for the following CLINS: Contract Line Item 0001: The Contractor shall provide a quantity of 2 collaborative robotic systems meeting or exceeding the salient characteristics described in this solicitation as the minimum specifications. (vii)�� �Delivery. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the delivery shall be in accordance with the information in this section. Deliverable One (1): Delivery shall be FOB destination and shall occur within the vendor�s standard commercial lead time. �FOB Destination means: �The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any 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. � Delivery shall occur at a date mutually agreed upon between the Contractor and the NIST Technical Point of Contact (TPOC) at a mutually agreed upon date, but by no later than 10/20/2020. �Installation instructions must be provided by the contractor. Installation will be conducted by a Government official. Delivery and shipping costs must be included in the procurement as FOB-destination.� Note: The NIST Gaithersburg, MD campus is under limited access restrictions due to COVID-19 and deliveries are only accepted when arranged in advance. Prior to shipment, the Contractor shall request approval of delivery method and procedures with the NIST TPOC. Contractor failure to confirm delivery method and procedures and to receive TPOC approval prior to shipment shall release the Government of any liability and may result in payment being withheld until the campus access restrictions have been lifted and the item can be physically inspected. �All items shall be delivered to the following address: National Institute of Standards and Technology (NIST) 100 Bureau Drive Building 301 Shipping & Receiving Gaithersburg, MD 20899-0001 - The NIST is a controlled-access facility. - Any delivery personnel must be a U.S. citizen or a U.S. permanent resident. (viii) �� �Inspection and Acceptance: In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined herein to verify specified system performance. All components will be tested functional per the specifications before official receipt of acceptance. Testing will be performed by NIST personnel. � (ix)�� �Warranty: Warranty of at least 15 months on parts and labor from the date of acceptance is required by a certified authorized distributor of Universal Robots. Given the nature of the repair, repairs may be performed on-site, or the robot may be shipped back to the company for repair.� (x)�� �Payment Schedule. The Contractor shall be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice, in accordance with the following schedule: 100% after receipt, inspection, testing and acceptance by the TPOC of the fully delivered systems. NOTE: �Partial shipments and partial invoices will not be accepted, unless otherwise requested and accepted by the Contracting Officer prior to award offer. Proposed payment schedules may be submitted with vendor�s response to the RFQ for consideration. � (xi)�� �The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror 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 these addresses: https://www.acquisition.gov/?q=browsefar� http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl� (End of provision)� The following provisions apply to this acquisition and are incorporated by reference: � FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) � FAR 52.204-7, System for Award Management (Oct 2018) � FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) � FAR 52.204-17, Ownership or Control of Offeror (Jul 2016) � FAR 52.204-20, Predecessor of Offeror (Jul 2016) � FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019) � FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) � FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) � FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) � FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far � � � http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tpl� (End of clause) �� �Instructions to Offerors. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The technical quotation must clearly demonstrate the each of the Government�s minimum specifications detailed in this solicitation have been met by the product(s) quoted, including the Government�s required Part Number, Minimum Specifications or Essential Features and Quantities. Offerors must provide some form of evidence that they are an authorized partner of Universal Robots. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, any warranty or training considerations, and any other information or factors that may be considered in the award decision. Such factors may include special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. � (xii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest-Price, Technically Acceptable (LPTA). Offerors submitting a response must provide a completed Price Quote to be evaluated and considered for award. Responses will be evaluated based on contractor�s technical capability. Technical Capability shall be evaluated based on Contractor�s 1.) ability to provide all the government�s essential requirements stated in this solicitation and 2.) the ability to meet the delivery, ordering and receiving requirements detailed in this solicitation. Responses to this solicitation must include clear and convincing evidence of the Offeror�s capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors� will be determined to be �technically acceptable� or �technically unacceptable� based on an evaluation of responses against the factor of technical capability to determine if, as submitted, the proposal is technically acceptable. Offerors must be authorized by the Original Equipment Manufacturer (OEM) to provide the products quoted. Price. The Government will evaluate offers for award purposes by making a price reasonableness determination. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Offerors must submit historical pricing information essentially equal to a commercial item price list or redacted contract or invoice containing the price offered to a commercial or public entity for the same or similar type of supply or service as described herein. � (xiii)�� �The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.�� � (xiv)�� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.� (xv)�� �The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated by reference. The following provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (AUG 2019) are applicable to this solicitation: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) 52.219-28, Post-Award Small Business Program Rerepresentation (May 2020) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2020) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2020) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) Alternate III (May 2014) 52.225-13, Restrictions on certain foreign purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) The following provisions apply to this acquisition and are incorporated as an attachment, and MUST be completed and submitted with any response to this RFQ: � FAR 52.204-20 Predecessor of Offeror (AUG 2020) � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) � FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019) � FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) � FAR 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate Alternate III (May 2014) � (List as necessary) The following clauses apply to this acquisition and are incorporated by reference: ��� �FAR 52.204-13, System for Award Management Maintenance (Oct 2018) ��� �FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) ��� �FAR 52-204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) ��� �FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018)� ��� �FAR 52.232-39, Availability of Funds for the Next Fiscal Year (Apr 1984) (xvi)�� �The provision at CAR 1352.233-70 AGENCY PROTESTS (APR 2010) applies to this acquisition and incorporated in full text: An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999). Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: KEITH BUBAR, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 Agency protests filed with the 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 A complete copy of all agency protest, 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. 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 Provision) (xvii)�� �The provision at CAR 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) is applicable to this solicitation and incorporated in full text.� (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 Provision) (xviii)�� �The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. �All CAR clauses may be viewed at http://www.ecfr.gov� 1352.201-70 � Contracting Officers Authority� 1352.209-73 � Compliance with the Laws (APR 2010) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1352.209-74 � Organizational Conflict of Interest � � � � � � �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� 1352.246-70 � Place of Acceptance (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: 100 Bureau Drive, Gaithersburg, MD. 20899 NIST LOCAL 54 � 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. (End of Clause) 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. (End of Clause) (xix)�� �The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xx)�� �The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.� (xxi)�� �The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov.� (xxii)�� �Offerors must submit all questions concerning this solicitation in writing to hunter.tjugum@nist.gov. �Questions should be received no later than FIVE (5) 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. � All quotations must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nist.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nist.gov. (xxiii)�� �All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nist.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum, Contract Specialist, by email at hunter.tjugum@nist.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9337df5cd4ed4baba427a6956e7c05a6/view)
- Record
- SN05770457-F 20200826/200824230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |