Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
SOLICITATION NOTICE

59 -- Manual Frequency Radio - SPECIFICATION

Notice Date
5/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB735150-12-02625
 
Archive Date
6/14/2012
 
Point of Contact
Shannon G. Humphrey, Phone: 3019756219, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
shannon.humphrey@nist.gov, chon.son@nist.gov
(shannon.humphrey@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Manual Radio Frequency (RF) electrical probing station. A. This is a combined Synopsis/Solicitation for commercial items or services prepared in accordance with FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a separate written solicitation will not be issued. B. This solicitation is issued as a Request for Proposals (RFP), solicitation number NN735150-12-02625, in accordance with FAR Part 12 to provide a manual frequency radio electric probing station. In accordance with FAR 12.203, the Contracting Officer will also use policies and procedures for solicitation, evaluation and award prescribed in Part 15, Contracting by Negotiation as appropriate. C. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-49 (Jan 2011). D. This solicitation is 100% set-aside for small businesses. 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The Government contemplates award of a Firm Fixed Price Delivery Order resulting from this solicitation. E. The Contract Line Item Number (CLIN) structure shall consist of one CLIN as outlined in Enclosure A. F. The specification of supplies can be found in Enclosure A. G. Delivery shall be at NIST National Institute of Standards and Technology, ATTN: Jason Gorman, 100 Bureau Dr, Gaithersburg, MD 20899. H. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following addendum is provided to: Paragraph (b), "Submission of Offers". Proposals should be submitted and shall contain the following information: (1) Solicitation Number; (2) Time Specified for receipt; (3) Name; Address; Telephone Number of Offeror; (4) A technical description of the items being offered in detail. This description shall include technical drawings, pictures, and testing certifications depicting how the items are in compliance with all requirements outlined in Endlosure B; (5) Terms of the Expressed Warranty; (6) Price - Offeror proposals shall be submitted on a Firm-Fixed-Price basis. Offerors shall complete and submit pricing in the Excel file as outlined in ATTACHEMENT A. (7) Remit to address if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information: each Offeror's past performance shall be queried through the Past Performance Information Retrieval System (PPIRS). Offeror's proposals shall be submitted in two Volumes. Volume I shall contain information addressing Technical Capability and Relevant Past Performance. Under Technical Capability each proposal shall address the attached Performance Work Statement (PWS) and demonstrate the offeror's capability to perform the work. Note that simply restating the PWS will be insufficient and the offeror will be considered as unresponsive. Volume II shall contain the pricing information and Offeror Representations and Certificaiton per FAR 52.212-3. Offerors shall submit in their proposals, the following information for their references: 1. Name of Contracting Acting Activity, 2. Contract Number, 3. Contract Type, 4. Total Contract Value, 5. Description of Contract Work, 6. Contracting Officer (or equivalent) name and e-mail address, 7. Contracting Officer's Technical Representative (or equivalent) name and e-mail address, 8. Program Manager (or equivalent) name and e-mail address, and 9. Names of first-tier subcontractors (if applicable) Offerors may provide supplemental information on both problems encountered and corrective actions taken on relevant contracts, delivery orders, purchase orders, and subcontracts referenced. Offerors should not provide general information on their performance; such information will be obtained via PPIRS. The Government reserves the right to utilize past performance information other than the information submitted with the quotations. I. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. J. The Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and is lowest price technically acceptable. The following shall be used to determine lowest price technical acceptability: i. Technical capabilities offered meet the Governments need as described in Enclosure A; ii. No negative relevant past performance information indicating that offeror is not recommended for future work. The Government will query the Past Performance Information Retrieval System (PPIRS). iii. Prices will be evaluated to determine whether they are fair and reasonable. Total price will be considered for the purpose of calculating lowest-price. iv. The Provision at 52.212-3 Offeror Representations and Certifications - Commercial Items. Offeror shall provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer; OR verify that information required by this provision is listed on the Online Representations and Certifications Application (ORCA) website located at https://orca.bpn.gov. v. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference. vi. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and appears below in full text. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items. 52.212-3 Offeror Representations and Certifications -- Commercial Items. 52.222-50 Combating Trafficking in Persons. 52.233-3 Protest After Award. 52.233-4 Applicable Law for Breach of Contract Claim. and the following fill-ins in paragraph (b): 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 Affirmative Action for Workers With Disabilities. 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. vii. Additional contract requirements and terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices are listed below, full text can be found at http://farsite.hill.af.mil/. Clauses: 52.219-6 Notice of Total Small Business Set-Aside (June 2003). 52.225-13 Restrictions on Certain Foreign Purchases (June 2008). 52.232-1 Payments (Apr 1984). 52.232-8 Discounts for Prompt Payment (Feb 2002). 52.232-17 Interest (Oct 2010). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). K. Defense Priorities and Allocation System is not applicable. L. Proposals shall be submitted on 8.5 x 11 paper with a font size not smaller than 12 points. Proposals shall be in PDF and not larger than 30 pages (all inclusive). Price shall be submitted in an Excel spreadsheet as outlined in 52.212-1 (6). Proposals shall be sent to Shannon Humphrey at Shannon.Humphrey@nist.gov. Enclosures: (A) Specifications __________________________________________ Mr. Shannon Humphrey NIST Acquisition Management Directorate (164) Supply and Plant (301) Room B121 Mail Stop 1640 Phone: 301-975-6219
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB735150-12-02625/listing.html)
 
Place of Performance
Address: NIST, GAITHERSBURG, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02754429-W 20120524/120522235236-94b2149c996984ad7974097c52678270 (fbodaily.com)
 
Source
FedBizOpps 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.