SOLICITATION NOTICE
66 -- NIST Heat Flow Meter
- Notice Date
- 8/11/2024 8:09:18 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- 1333ND24QNB730524
- Response Due
- 8/20/2024 9:00:00 AM
- Archive Date
- 09/04/2024
- Point of Contact
- Marvin Jean
- E-Mail Address
-
marvin.jean@nist.gov
(marvin.jean@nist.gov)
- Description
- 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 WRITTEN SOLICITATION DOCUMENT (I.E. STANDARD FORM) WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 effective 05/22/2024. The associated North American Industry Classification System (NAICS) code for the requirement is 334516- Analytical Laboratory Instrument Manufacturing. The business size standard is 1000 Employees. This acquisition shall be procured subject to Full and Open Competition. Simplified acquisition procedures will be utilized. BACKGROUND INFORMATION The Heat Transfer and Alternative Energy Systems (HTAES) Group within the Energy and Environment Division of the National Institute of Standards and Technology (NIST) contributes to the advancement of measurement science needed to achieve net-zero energy, high-performance buildings.� One key component to achieving net-zero energy is advanced building energy technologies, especially thermal insulation for building envelope system.� Accordingly, the focus area for the thermal insulation project within the group is to improve the tools used for measuring and evaluating thermal properties of various insulation materials and building envelopes. Understanding the thermal properties of various innovative thermal insulation and building envelope materials at various size scales provides important data to achieve high-performance buildings. A Heat Flow Meter (HFM) is an apparatus that is used for measuring thermal conductivity of insulation materials and is considered an important industry standard tool for thermal measurements along with other equipment such as the Guarded Hot Plate. The HTAES group will utilize the requested instrument for investigating the thermal properties of various thermal insulations, and phase change materials. The contact force measurement capability of the requested HFM will provide a similar test condition with NIST GHP instruments and will therefore complement other in-house measurements. With the requested HFM, more rapid investigations on GHP test conditions can be developed without utilizing NIST GHPs and big scale specimens. Furthermore, specific heat capacity of thermal insulation and PCM materials will be a new thermal measurement property, which is often used as a material parameter for energy storage applications. APPLICABLE ATTACHMENTS Attachment 1 � Requirements Document Attachment 2 � Applicable Provisions and Clauses 1352.215-73 INQUIRES (APR 2010): Offerors must submit all questions concerning this solicitation in writing electronically to Marvin Jean at marvin.jean@nist.gov. Questions must be received no later than August 15, 2024 12:00 p.m. EST after solicitation issuance. 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. (End of Provision). DUE DATE FOR QUOTATIONS All quotations must be submitted via e-mail to marvin.jean@nist.gov. Quotations must be received no later than 12:00 p.m. Eastern Time August 20, 2024. CONTRACT LINE-ITEM STRUCTURE Offerors shall provide firm-fixed pricing for the following contract line-item number (CLIN): Note: All proposed equipment shall be new. Used or refurbished equipment will not be considered. Experimental, prototype, or custom items will not be considered. The use of �gray market� components not authorized for sale in the U.S. by the Offeror is not acceptable. CLIN Description Quantity Price 0001 The Contractor shall provide one (1) Heat Flow Meter �Brand-Name or Equal� to the following equipment: Manufacture: NETZSCH Model: HFM 466 Lambda Eco-line Medium See Attachment 1 for technical specifications One (1) Each $ EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically acceptable means that the offeror provides a system that meets the requirements specified in the Requirements Document and the requirements of all Line Items. No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. The National Institute of Standards and Technology (NIST) will evaluate whether the offeror has demonstrated that its proposed equipment and service meets all minimum requirements. If an offeror does not indicate how its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. The proposed pricing will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. NIST intends to evaluate quotations and issue a purchase order based on the initial quotes received. Therefore, the offerors initial quote should contain the offerors best terms from a price and technical standpoint. The Contracting Officer anticipates awarding this requirement without discussions but reserves the right to enter discussions if it is deemed necessary.� REQUIRED SUBMISSIONS All Offerors shall submit the following: 1.�������� For the purpose of evaluation of Technical Acceptability: Documentation that confirms the offeror is capable of providing the equipment specified in the Requirements Document. Offeror shall include a copy of the quoted equipment manufacturer�s specifications.� � 2.�������� Offeror shall provide pricing for the items located under CLIN 0001 3.�������� A completed version of all required solicitation provisions (see attached provisions/clauses document � required submissions highlighted in blue).� 4.�������� Any award resulting from this solicitation will contain the following statement: �The Government�s terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government�s and contractor�s terms and conditions, the Government�s terms and conditions take precedence.�� If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state �The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:� [Contractor shall list exception(s) and rationale for the exception(s)].� It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation.� If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor�s acceptance of the Government�s terms and conditions for inclusion into the resultant purchase order as prevailing. 5.�������� Offeror shall provide an active DUNS # for the System for Award Management (SAM) registration. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC).� If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price.� However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor�s FSS or GWAC contract, and the statement required above shall be included in the quotation; PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Attachment 2: Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov/far.� The full text of a CAR provision or clause may be accessed electronically at http://www.osec.doc.gov/oam/acquistion_management/policy/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5152f942954b43489894973c68170a72/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN07165249-F 20240813/240811230102 (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 |