Digital Optical Comparator
(i) 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 ANNO... (i) 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. (ii) Solicitation number NB647020-19-01647 is a Request for Quotation (RFQ) conducted under the authority of FAR 13, Simplified Acquisition Procedures. (iii) This RFQ, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02TA. (iv) The associated NAICS 333314 code, has a small business size standard of 500 employees. This is requirement is for Full and Open competition. (v) Attached is the Statement of Work (SOW) and Specifications describing the requirement for solicitation NB647020-19-01647 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, Quantity, Unit of Issue, Unit Price,Amount 0001 Digital Optical Comparator for Charpy Program IAW the SOW and Specifications. 1EA $ 0002 Shipping. If included with CLIN 0001 above, please mention this in quote. 1LS NTE $ Total Award Value: $ (vi) A Description of the requirements for the items to be acquired are in the attached SOW and Specifications Document. (vii) Date(s) and place(s) of delivery and acceptance and FOB point are required in accordance with the attached SOW and Specifications Document. (viii) 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: 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: The Government will award a purchase order resulting from this solicitation to the responsible contractor whose quotation is the most highly rated, and conforming to the solicitation, represents the best value to the Government, non-price and price factors considered. NIST reserves the right to make award to other than the lowest-priced offeror or to the offeror ranked highest technically, if determined that to do so would result in the best value to the Government. All factors other than price, when combined, are significantly more important than price. This will be a firm fixed price purchase order. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received without discussions with the quoters. Therefore, the quoters' initial quotation should contain the quoters' best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters' if later determined by the Contracting Officer to be necessary. The Government may reject any and or all quotations if such action is in the public interest; accept other than the lowest price quotation; and waive informalities and minor irregularities in quotations received. The Government will not utilize the formal source selection procedures described at FAR 15. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability. All factors other than price, when combined, are significantly more important than price. NIST will evaluate quotations using the following factor(s): Factor 1 - Technical Capability: The quoter shall submit a technical description or product literature for the equipment it is quoting, which clearly identifies the manufacturer and part number, and each technical specification. The quoter must demonstrate that its equipment meets each technical specification described in the Technical Specifications Document by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the quoter is an authorized reseller by the original manufacturer shall be included in the quotation. Technical quotation shall not exceed six (6) single-sided pages (three (3) double sided pages) in total. Price: The Contractor shall provide a firm fixed price for each Contract Line Item Number (CLIN) and a total firm fixed price for the sum of all CLIN(s). Any discounts should be provided in the initial quotation. Price quotations shall remain valid for a period of 90 days from the date quotations are due. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this acquisition. The Government will award a firm fixed price purchase order to the responsible contractor whose quotation is the most highly rated, and conforming to the solicitation, represents the best value to the Government, non-price and price factors considered. Addenda to this provision is as follows: Factor 1 - Technical Capability: Evaluation of this factor is a subjective evaluation of the contractor's demonstrated resources, capability and methods to meet all requirements. The vendor's submittals will be evaluated in terms of demonstrated understating of the requirements and demonstrated capability to meet or exceed the requirements. This may include the authority to provide the required items (i.e. authorized dealer/seller/reseller), authority to provide maintenance and repair services, and the capability and method to successfully meet all the requirements including but not limited to item specifications, delivery schedule, installation, warranty, etc. Price: The quoted price will be evaluated to determine whether the pricing complies with the instructions articulated and are realistic, complete, and reasonable in relation to the solicitation requirements. Pricing shall be entirely compatible with the technical quotation. (x) 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/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) 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 Alt II, Buy American-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer (xiii) 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: 1. All communications and documents must include the solicitation # NB647020-19-01647 and title: Digital Optical Comparator. 2. All quotations shall include the following information: a. Information enough to demonstrate you can meet or exceed the requirements in the Specifications. b. Firm fixed price quote. c. Payment Terms: Net 30. d. The requested delivery is 4 weeks after receipt of the order (ARO). Please indicate the soonest you can deliver. e. FOB Destination including delivery cost for delivery to: DOC - NIST 325 Broadway Boulder, CO 80305 i. Delivery point of contact will be provided upon award. (NIST reserves the right to ship using the NIST Account). j. 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 Reporting, as prescribed in 4.1804(a). FAR 52.204-17, Ownership or Control of Offeror FAR 52.204-20, Predecessor or Offeror FAR 52.225-18 - Place of Manufacture FAR 52.232-15, Progress Payments Not Included. 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 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests Clauses - FAR 52.204-13, System for Award Management Maintenance, as prescribed in 4.1105(b). FAR 52.204-18, Commercial and Government Entity Code Maintenance, when there is a requirement to be registered in SAM or a requirement to have a unique entity identifier in the solicitation. FAR 52.204-21, Basic Safeguarding of Covered Contractor Information's Systems, as prescribed in 4.1903 FAR 52.232-40, 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 NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS (1) 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. (2) 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. (3) 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. (xiv) Defense Priorities and Allocations System (DPAS) is NOT applicable. (xv) The solicitation will close on the date specified on FBO at 10:00am Mountain Time. All quotations shall be delivered electronically by the specified close date and time to Patricia Rose, Contract Specialist at patricia.rose@nist.gov. (xvi) For information regarding this solicitation, contact the Contract Specialist at patricia.rose@nist.gov or via phone at 303-497-3106.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »