SOLICITATION NOTICE
66 -- High Resolution Field Emission Scanning Electron Microscope
- Notice Date
- 2/2/2024 10:30:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA IT PROCUREMENT OFFICE Greenbelt MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80TECH24Q0005
- Response Due
- 2/7/2024 2:00:00 PM
- Archive Date
- 02/22/2024
- Point of Contact
- Kavina Patel, Wayne Plummer
- E-Mail Address
-
kavina.patel@nasa.gov, wayne.s.plummer@nasa.gov
(kavina.patel@nasa.gov, wayne.s.plummer@nasa.gov)
- Description
- SUBJECT:����� Request for Quotation (RFQ) 80TECH24Q0005 for High Resolution Field Emission Scanning Electron Microscope This is a combined synopsis/solicitation for commercial products or commercial services 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 80TECH24Q0005 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 Introduction. This requirement will be solicited as full and open competition. The NAICS Code and Size Standard are 334516 and 1000, respectively. The offeror shall state in their offer their size status for this acquisition. The National Aeronautics and Space Administration has a requirement for High Resolution Field Emission Scanning Electron Microscope. See attached Attachment A: Statement of Work/Performance Work Statement document. A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable). See Enclosure 4. Delivery to NASA Glenn Research Center is required within 5 months after receipt of order. Delivery shall be free on board (FOB) Destination. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with Enclosure 2: FAR 52.212-1., Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023). Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). All responses shall be submitted electronically to Kavina.patel@nasa.gov , and cc: wayne.s.plummer@nasa.gov. FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021). The Government will award a Lowest Price Technically Acceptable contract. The basis for award is lowest price technically acceptable (LPTA). LPTA means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications and (2) Price. The lowest-priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified and the earliest delivery date. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest-priced quote is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and the award will be made. Quoter shall comply with FAR 52.212-3 Offeror Representations and Certifications� Commercial Products and Commercial Services Found in Enclosure 2. Quoter shall comply with FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services found in Enclosure 1. Quoter shall comply with FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services found in Enclosure 1. A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. The applicable provisions and clauses that apply to this acquisition are included in the attached solicitation document. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically via the Invoice Processing Platform (IPP). Quotes must be received no later than 5:00 PM Eastern Daylight Time on February 7, 2024. Questions regarding this combined synopsis/solicitation are due no later than 1:00 PM Eastern Daylight Time on February 5, 2024. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2082450058b4433db8d636953294fe8e/view)
- Place of Performance
- Address: Cleveland, OH 44135, USA
- Zip Code: 44135
- Country: USA
- Zip Code: 44135
- Record
- SN06953921-F 20240204/240202230044 (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 |