NIST Laser Vibrometer System
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 ... 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 334519- Other Measuring and Controlling Device Manufacturing. The business size standard is 600 Employees. This acquisition shall be procured set-aside for small business concerns. Simplified acquisition procedures will be utilized. BACKGROUND INFORMATION The Engineering Laboratory (EL) at the National Institute of Standards and Technology (NIST) promotes U.S. innovation and industrial competitiveness by advancing measurement science, standards, and technology for engineered systems in ways that enhance economic security and improve quality of life. The goal of the Augmented Intelligence for Manufacturing Systems (AIMS) project under EL is to develop and deploy augmented intelligent solutions through physics-informed AI and on-machine traceable sensor data to advance the manufacturing of high-precision parts and assemblies. Towards this end, the AIMS project requires one laser vibrometer system to be purchased to enable the development of new on-machine metrology methods to measure the diameter of turned surfaces. APPLICABLE ATTACHMENTS Attachment 1 – 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 14, 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 two (2) Laser Vibrometer Module as specified in the attached requirements document. See Attachment 1 for technical specifications Two (2) 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/.
Data sourced from SAM.gov.
View Official Posting »