Astigmatic Herriott Multipass Absorption Cell with Optical Path Length
TITLE: Astigmatic Herriott Multipass Absorption Cell with Optical Path Length This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.... TITLE: Astigmatic Herriott Multipass Absorption Cell with Optical Path Length This is a combined synopsis/solicitation for commercial services 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. This solicitation is being issued as Full and Open Competition under the authority of FAR Part 13 Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 Published and Effective August 13, 2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314- Optical Instrument and Lens Manufacturing with a small business size standard of 500 Employees. This procurement will be set-aside, 100% for Small Business concerns. The National Institute of Standards and Technology's (NIST) Material Measurement Laboratory's (MML) Gas Sensing Metrology Group (GSMG) is committed to supporting the development of mercury measurement standards. A key component in this regard is the development of laser-based absorption spectroscopy for low concentration measurements. Multipass absorption cells provide a pathway to get to low detection limits. To meet the requirement of detecting low concentration mercury a low volume astigmatic Herriott multipass absorption cell for long path length spectroscopy is required. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a single purchase order resulting from this solicitation to the responsible Contractor whose quotation, conforming to the solicitation will be most advantageous to the Government, price and other factors considered. NIST intends to evaluate quotes and issue a contract based on the initial quotes received. Therefore, the Contractor's initial quote should contain the Contractor's best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary. In addition to price, the following factors shall be used to evaluate quotations: 1. Technical Capability 2. Price In determining best value, Technical Capability and Price are listed in descending order of importance. Price will be evaluated as follows: The price evaluation will determine whether the quoted prices are fair and reasonable in relation to the solicitation requirements. Quoted prices shall be entirely compatible with the technical quotations. For the Evaluation of Technical Capability: Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment 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. Stronger consideration will be given to the extent that the Astigmatic Herriott Multipass Absorption Cell demonstrates the following attributes: • A cell that provides an optical path length that exceeds 70 m. For the Evaluation of Price: The quoted price will be evaluated to determine whether the quoted prices are reasonable in relation to the solicitation requirements. Prices must be entirely compatible with the technical portion of the quotation. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1. For the purpose of evaluation of Technical Acceptability, the Quoters shall provide documentation with the quote that: a. Provide demonstrating capabilities meeting or exceeding the stated specifications and equipment required in accordance with the Statement of Requirements. b. Offeror's ability to meet the required delivery schedule. 2. For the purpose of Price, the Contractors shall provide a firm-fixed price quotation to complete the requirements of the Statement of Requirements. The Offeror shall provide the pricing on the Schedule for each Contract Line Item (CLIN) on page 3 of 17. 3. 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 award as prevailing. 4. Offerors shall provide an active DUNS # for the System for Award Management (SAM) registration and shall have an active SAM registration before submitting a quotation. Those who do not have an active SAM registration at the time of submission of the quote shall not be considered for evaluation. 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; DUE DATE FOR QUOTATIONS All quotations must be submitted via e-mail to Harry Brubaker, Contract Specialist at Harry.Brubaker@NIST.GOV. Submission must be received not later than 4:00 p.m. Eastern Time on Friday September 6, 2019. A quotation shall be considered received when it is received in the electronic inbox of Harry Brubaker not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to Harry.Brubaker@NIST.GOV by 4:00 p.m. Eastern Time on Tuesday August 27, 2019. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under the attachment Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. ATTACHMENTS: The following attachments apply to this solicitation: 1. Statement of Requirements 2. Applicable Provisions and Clauses
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »