Closed-Loop Liquid Helium Optical Cryostat 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 of Commercial Items ... 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 of Commercial Items - as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13.5. 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 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing. The small business size standard is 1,000 employees. This acquisition is issued as a total small business set aside. DESCRIPTION OF REQUIREMENTS Purpose & Objectives The purpose of this acquisition is to procure one (1) closed-loop liquid helium optical cryostat system. The system will be used to enhance NIST ITL capabilities in quantum repeater research and development and low-temperature quantum optical experiments. Description of Requirements Please see the attached Statement of Work. DELIVERY & INSTALLATION Delivery and installation shall be made FOB Destination to the address below within 22 weeks after receipt of order. Training on the operation and care/maintenance of the system shall be provided either at time of installation or within two weeks thereafter. CONTRACT TYPE A firm fixed price contract type is anticipated. PAYMENT TERMS Payment shall be made NET 30 after inspection and acceptance. APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): Offerors must submit all questions concerning this solicitation in writing electronically to Ms. Lauren Phelps, Contract Specialist, at lauren.phelps@nist.gov. Questions must be received by or before September 5, 2019 at 11:00 AM ET. 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 email to Ms. Lauren Phelps, Contract Specialist, at Lauren.Phelps@nist.gov. Submission must be received not later than September 16, 2019 at 11:00 AM ET. REQUIRED SUBMISSIONS 1. For the purpose of evaluation of Technical Capability: Documentation which clearly demonstrates the technical specifications, warranty, and delivery schedule for the quoted product(s). A product brochure or brief narrative may be provided along with the quotation to demonstrate this information. Please ensure this information is separate from pricing. 2. For the purpose of evaluation of Past Performance: Past performance information for at least three (3) purchase orders or contracts in which the Offeror provided products similar to the scope of this requirement. Past performance information provided shall be for work performed within the past five (5) years. Past performance shall include the following information: • Name of the Organization Supported • Organization Point of Contact with Current Phone Number and Email Address • Contract Number • Period of Performance/Delivery Period • Dollar Value of the Contract • Narrative description of the products provided 3. For the purpose of evaluation of Price: A firm-fixed price quotation for the line items identified in the "Contract Line Item Structure" section below. 4. Contractor DUNS DUNS shall be used to verify the offeror's active System for Award Management (SAM) registration. Offerors must have an active registration at www.SAM.Gov to be considered for award. CONTRACT LINE ITEM STRUCTURE: Please see the line item structure in the attached PDF version of this solicitation. EVALUATION CRITERIA AND BASIS FOR AWARD In accordance with FAR 52.212-2: Evaluation - Commercial Items as included in the attached Applicable Provisions and Clauses document, the Government intends to award a contract resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, represents best value to the Agency. Best value shall be determined using the trade-off evaluation method. Quotations shall be evaluated against the following non-price evaluation factors and price. Non-price evaluation factors include the following in descending order of importance: 1) Technical Capability and 2) Past Performance. Non-price factors when combined are more important than price for this requirement. Below is a description of each evaluation factor: Technical Capability: The Government will evaluate the contractor's quotation for understanding of the cryostat system requirements and for the degree to which the quoted cryostat system meets or exceeds the specifications identified in the Statement of Work. Exceeding requirements shall be evaluated favorably. The Government shall also evaluate for the contractor's ability to meet or exceed the schedule requirements identified in the Statement of Work. Past Performance: Past performance will be evaluated to determine the extent to which the offeror has demonstrated the ability to successfully provide cryostat systems or other laboratory equipment similar in size and scope to the requirements described in the Statement of Work. The Government will consider past performance on efforts completed or substantially completed within the past five (5) years. Reference points of contact may be contacted for the purpose of evaluating past performance and the Government may also use other data sources such as CPARS. The Government will assign a neutral past performance rating to offerors with no relevant past performance in the last five years. Price: Pricing will be evaluated but not scored. Price evaluation will determine whether the proposed prices are complete and reasonable in relation to the RFQ requirements and the current marketplace.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »