Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2003 FBO #0654
SOLICITATION NOTICE

66 -- Nanomechanical Test System

Notice Date
9/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-03-Q-0874
 
Response Due
9/19/2003
 
Archive Date
10/4/2003
 
Point of Contact
Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
anita.tolliver@nist.gov, Patrick.Staines@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 WILL NOT BE ISSUED. THE AWARD WILL BE MADE USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this acquisition is unrestricted and all interested parties may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for a Nanomechanical Test System. Quotes submitted shall be for the following line items: Line Item 0001: Quantity One (1) Nanomechanical Test System, which shall meet the specifications as stated in Attachment I, which is located at http://www.fedbizops.gov/ under RFQ Number SB1341-03-Q-0874. Line Item 0002: Delivery FOB Destination, Quantity one (1) shipment: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay and bear all charges to the specified point of delivery. The contractor shall deliver all line items FOB Destination, to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001 within 90 days after receipt of order. Line Item 0003: Manuals: The Contractor shall provide a complete set of manuals that are provided in the commercial market with the equipment, which shall at a minimum include operation and service manuals. Line Item 0004: On-site Installation: The Contractor shall provide system installation, calibrate the instrument, and shall verify the performance of the system upon completion of the installation. Installation shall be completed within 10 days of the system being delivered at NIST. Line Item 0005: Training: The Contractor shall provide hardware and software training within 5 days of the completion of installation. Line Item 0006: Warranty: The warranty coverage shall be as follows: One year warranty on instrument for manufacturing defects and for operation under normal usage. The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price, and other factors considered. The following will be used to evaluate quotations: Product Specifications: Offered products must meet all minimum specifications; products exceeding specifications may be evaluated more highly; 2) Previous experience in providing equipment that meets similar requirements which will be evaluated by the following: What has the offeror done in the past 3-5 years? How many times did this offeror provide Nanomechanical Test Systems of this sort? And How is the experience relevant to this Nanomechanical Test System?; 3) Past Performance, which will be evaluated by reference checks and/or the offeror?s recent and relevant past performance on contracts with NIST or its affiliates regarding that the offeror has a demonstrated record of providing commercial items that meet specifications, delivering commercially available items on time and within a reasonable time frame, offeror has been responsive to Government inquiries, and offeror has been cooperative in effectively solving unforeseen problems; and 4) Price. Evaluation factors 1, 2 and 3 when combined are more important than price. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions applies to this acquisition, including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer), (7) 52.219-8, Utilization of Small Business Concerns; (10)(i) Alternate I of 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (23) 52.225-5, Trade Agreements; (24) 52.225-13, Restriction on Certain Foreign Purchases; (29) 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. The Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer also applies to this acquisition and can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All submissions shall include an original and two (2) copies of the following: 1) A quotation which addresses all line items and the questions listed under Evaluation Factor 2 regarding previous experience; 2) Technical description and/or product literature; 3) The most recent published price list(s); 4) The Contractor shall provide three (3) or more references to be used for past performance reference checks as stated in Evaluation Factor 3 to include the following information: Name of contracting activity, contract number, contract type, description of the requirement, total contract value, contracting office, and telephone number, and program manager and telephone number; and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Anita Tolliver, RFQ SB1341-03-Q-0874, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Submission must be received by 12:00 p.m. local time on September 19, 2003. Faxed quotes will not be accepted. SPECIAL INSTRUCTIONS FOR HAND DELIVERY OF QUOTES TO NIST: Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand-delivered, delivery must be made on or prior to the actual due date through Gate A, and a 48-hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at (301) 975-6308 (Anita Tolliver). Notice must include the name of the individual or courier company making the delivery. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.) If 48-hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. See Numbered Note 12.
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00430754-W 20030912/030910213120 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.