Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2022 SAM #7538
SOLICITATION NOTICE

66 -- WR 6.5 Extender Heads

Notice Date
7/19/2022 2:34:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NB6720102202091
 
Response Due
8/1/2022 1:00:00 PM
 
Archive Date
08/16/2022
 
Point of Contact
Lia M Arthofer
 
E-Mail Address
lia.arthofer@nist.gov
(lia.arthofer@nist.gov)
 
Description
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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number NB672010-22-02091 is a Request for Quotation (RFQ) conducted under the authority of FAR 13, Simplified Acquisition Procedures.� This RFQ, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-04. The associated NAICS 334515 code has a small business size standard of 750 employees. This is requirement is for Full and Open competition. Attached are the Specifications describing the requirements for solicitation NB672010-22-02091 for the following line-item number(s) (CLINs) to include description of item(s), quantities, and units of measure (including any applicable option(s)). Item Number�Supplies/Services Description�QTY�Unit of Issue�Unit Price�Amount�0001�WR-6.5 Extender Head IAW the Specifications/Requirements document.�2�EA� 0002�WR-6.5 Calibration Kit IAW the Specifications/Requirements document�1�EA� Total Award Value:� A Description of the requirements for the items to be acquired are in the attached Specifications/Requirements Document. Date(s) and place(s) of delivery and acceptance and FOB point are required in accordance with the attached Specifications/Requirements Document. The provision at FAR 52.212-1, Instructions to Offerors�Commercial Items (JAN 2017), applies to this acquisition. Addenda to this provision is as follows: All offerors shall submit their quotations on letterhead to the email address stated herein by the date and time specified herein.� All quotations shall contain, at a minimum, the information detailed below.� If a quotation is missing any of the elements listed below, the quotation may be deemed unacceptable and may not be evaluated further. Basis of Award is Lowest Price Technically Acceptable (LPTA) and NIST will evaluate the lowest price quotations 1st, and then stop when NIST has identified the lowest price quotation that is technical acceptable: LPTA: Factor 1 - Technical Approach:� Defined as the contractor's demonstration to understand and the capability to provide the required items and services as identified in the specifications / statement of work.� This includes the authority to provide the required items (i.e. authorized dealer/seller/reseller), authority to provide maintenance and repair services (when applicable), capability and method to successfully meet all contract requirements; this includes required delivery schedule, installation, warrantee, and all other requirements identified in the SOW.� Submittal Requirements: The offeror shall submit capability documentation which may include a narrative, charts, graphs, tables, drawings, product / installation service literature, and demonstrated authority to provide the necessary items and perform the required services identified in the specification / statement of work.� The documentation shall clearly describe, in enough detail, the offeror's authority, proposed items, resources and methods to successfully fulfill the requirements including specifications, performance capability requirements, delivery schedules, warrantees and all service requirements per the Request for Quotation.� Factor 2 - Price: The Contractor shall provide a firm fixed price for each line item and a total quotation for the sum of all line items. The provision at FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this acquisition. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached SOW.� Factor 1 � Factor 1: Evaluation of this factor is a subjective evaluation of the contractor's demonstrated resources, capability, and methods to meet all requirements.� This factor will be evaluated on an Acceptable / Unacceptable basis.� The offeror�s submittals will be evaluated to determine whether the proposed technical approach demonstrates a clear and unambiguous understanding and a demonstrated ability to meet the minimum requirements.�� Failure to demonstrate a clear and unambiguous technical approach to meeting the requirements will result in an �Unacceptable� rating for this factor. Factor 2 � Price: The quoted price will be evaluated for reasonableness. The Government will not conduct price realism as a part of price evaluation. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through�http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government�s Interest when Subcontracting with Contractor�s Debarred, Suspended, or Proposed for Debarment 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 w/ Alt I, Buy American�Free Trade Agreements�Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer The following additional contract requirement(s) and additional terms and conditions are necessary for this acquisition and consistent with customary commercial practices are as follows: Additional Contract Requirements: All communications and documents must include the solicitation # NB686110-22-00417. All quotations shall include the following information: Information enough to demonstrate you can meet or exceed the requirements in the Specifications. Firm fixed price quote.�� Payment Terms: Net 30.�� The requested delivery is 24 weeks after receipt of the order (ARO). Please indicate the soonest you can deliver. FOB Destination including delivery cost for delivery to: DOC - NIST 325 Broadway Boulder, CO 80305� f.� Delivery point of contact will be provided upon award. (NIST reserves the right to ship using the ��� NIST Account). g.� �Company DUNS No. In order to be eligible for this award, the offeror must have and maintain an � active registration at the System for Award Management at�www.sam.gov and have completed ������ Representations and Certifications therein for the specified NAICS code or submit separate �������� Representations and Certifications if the specified NAICS code is not listed in their SAM registration. Additional Terms and Conditions: Provisions � FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.209-12, Certification Regarding Tax Matters FAR 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan FAR 52.225-18 � Place of Manufacture FAR 52.229-11, Tax on Certain Foreign Procurements � Notice and Representation FAR 52.232-15, Progress Payments Not Included FAR52.243-1, Changes-Fixed Price 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 CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests�� Clauses � FAR 52.204-13, System for Award Management Maintenance FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems, in solicitations and contracts (except for acquisitions of COTS items) FAR 52.229-14, Taxes-Foreign Contracts in Afghanistan (NATO Status of Forces Agreement) FAR 52.232-40 (with DEVIATION as applicable), Providing Accelerated Payments to Small Business Subcontractors. 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): at http://acquisition.gov/comp/far/index.html CAR 1352.201-70, Contracting Officer�s Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 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: NIST 325 Broadway ����������� Boulder, CO 80305 FAR 52.247- 34, FOB Destination The term ""f.o.b. destination,"" as used in this clause, means-- (1) Free of expense to the Government, on board the carrier`s conveyance, at a specified delivery point where the consignee`s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee`s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or ""constructive placement"" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including ""piggyback"") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for ""heavy or bulky freight."" When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall-- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Clause) 52.247-48 FOB Destination-Evidence of Shipment� (a)�If this contract is awarded on a free on board (f.o.b.) destination basis, the Contractor- �����������(1)�Shall not submit an invoice for payment until the supplies covered by the invoice have been shipped to the destination; and �����������(2)�Shall retain, and make available to the Government for review as necessary, the following evidence of shipment documentation for a period of 3 years after final payment under the contract: ����������������(i)�If transportation is accomplished by common carrier, a signed copy of the commercial bill of lading for the supplies covered by the Contractor�s invoice, indicating the carrier�s intent to ship the supplies to the destination specified in the contract. ����������������(ii)�If transportation is accomplished by parcel post, a copy of the certificate of mailing. ����������������(iii)�If transportation is accomplished by other than common carrier or parcel post, a copy of the delivery document showing receipt at the destination specified in the contract. ������(b)�The Contractor is not required to submit evidence of shipment documentation with its invoice. (End of clause) NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS 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. 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. 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 Instructions: use in all awards that require electronic submission of invoices. 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. Defense Priorities and Allocations System (DPAS) is NOT applicable. The solicitation will close as specified herein this announcement, Mountain Time. All quotations shall be delivered electronically by the specified close date and time to Lia Arthofer, Contracting Officer at lia.arthofer@nist.gov. For information regarding this solicitation, contact the Contracting Officer at lia.arthofer@nist.gov or via phone at 303-497-5573.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/119d8d6f3b7a4b33b8b7be4cb577c209/view)
 
Place of Performance
Address: Boulder, CO 80305, USA
Zip Code: 80305
Country: USA
 
Record
SN06394394-F 20220721/220719230058 (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 |
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.