Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

65 -- SRM 956d Blood Serum - Package #1

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0727
 
Archive Date
9/21/2012
 
Point of Contact
Michael Szwed, Phone: 3019756330, Cheryl Rice, Phone: 3019753696
 
E-Mail Address
michael.szwed@nist.gov, cheryl.rice@nist.gov
(michael.szwed@nist.gov, cheryl.rice@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NCCLS The National Institute of Standards and Technology (NIST) has a requirement for Standard Reference Material 956d: Specifications for Serum from Whole Human Blood Frozen for Storage at -70oC 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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13. This solicitation is a Request for Quotation Proposal (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to michael.szwed@nist.gov. Questions should be received no later than 4 calendar days after the issuance date of this solicitation. 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) The associated North American Industrial Classification System (NAICS) code for this procurement is 325413 with a small business size standard of 500 employees. This acquisition is set aside for small business. All offerors shall provide a quotation for the following line items: Line Item 0001: Candidate SRM 956d Level 1 (6,000 ampoules per concentration level) Line Item 0002: Candidate SRM 956d Level 2 (6,000 ampoules per concentration level) Line Item 0003: Candidate SRM 956d Level 3 (6,000 ampoules per concentration level) STATEMENT OF WORK TITLE: Standard Reference Material 956d: Specifications for Serum from Whole Human Blood Frozen for Storage at -70oC LAB REQUESTING SERVICE: Material Measurement Laboratory, Analytical Chemistry Division I. BACKGROUND INFORMATION The Inorganic Chemical Metrology Group is responsible for developing, critically evaluating, and applying techniques for the identification and measurement of inorganic and organometallic species using X-ray, optical, and mass spectrometries as well as nuclear analytical techniques, classical analytical methods, pH, and electroanalytical methods. Standard Reference Materials (SRMs) and analytical methods development support a variety of industries including advanced materials, cements, ores, and fossil fuels, as well as clinical, food, and environmental analyses. The group develops and maintains primary national standards for elemental and anionic concentrations, pH, electrolytic conductivity, and isotopic abundance. For the past 25 years NIST has developed a number of biological fluid and tissue Standard Reference Materials (SRMs) primarily for clinically important analytes (e.g., cholesterol, glucose, creatinine, and trace elements). The Centers for Disease Control and Prevention (CDC) and the New York (NY) State Department of Health along with other state agencies are conducting studies such as the National Health and Nutrition Examination Survey (NHANES) that require the analysis of a large number of samples obtained from study subjects for clinically important analytes and for contaminants. NIST and CDC are collaborating on the development of a wide variety of SRMs that will be useful to the biomonitoring community. These include organic contaminants in human serum, human milk, and human urine, lead in caprine blood (with input from the NY State Department of Health), elements in bovine liver and animal serum, arsenic species in human urine, and toxic elements in human urine. Methods have been developed at NIST and at CDC for these measurements, and the results from the independent methods are being combined to provide certified concentration values for contaminants in the different materials. II. SCOPE OF WORK The Contractor shall furnish the necessary personnel, material, equipment, and facilities (except as otherwise specified), to comply with the requirements and procedures set forth in Attachment one. The Contractor shall provide: 1. 6,000 ampoules of Standard Reference Material (SRM) 956d, Electrolytes in serum from whole human blood at concentration Level 1. 2. 6,000 ampoules of SRM 956d, Electrolytes in serum from whole human blood at concentration Level 2. 3. 6,000 ampoules of SRM 956d, Electrolytes in serum from whole human blood at concentration Level 3. III. PERIOD OF PERFORMANCE The period of performance shall be 120 days after award of this requirement. IV. PLACE OF PERFORMANCE Performance will be at the Contractor's facility. V. GOVERNMENT FURNISHED PROPERTY None. VI. DELIVERABLES 1. Certificate of Analysis indicating the electrolyte concentrations by standard clinical methods as described in attachment one. Due no later than September 15, 2012. 2. Access to or provide copies of pertinent records in the laboratory notebooks of details of the sources and amounts of analytes added, etc. This will provide NIST with details concerning the preparation of the material in the event of personnel changes at the site of production. The contractor shall include the names of those individuals in the laboratory in order that detailed questions can be directed to the appropriate personnel working on this material. Due no later than three days of written request. 3. Provide documentation of compliance with the Common Rule for the Protection of Human Subjects (15 C.F.R. Part 27) as described in attachment one. Due no later than September 30, 2012. 4. Standard Reference Material (SRM) 956d, Electrolytes in serum from whole human blood at concentration Level 1. Shipped frozen as individual units for receipt within 24 hours of processing. Due no later than September 30, 2012. 5. Standard Reference Material (SRM) 956d, Electrolytes in serum from whole human blood at concentration Level 2. Shipped frozen as individual units for receipt within 24 hours of processing. Due no later than September 30, 2012. 6. Standard Reference Material (SRM) 956d, Electrolytes in serum from whole human blood at concentration Level 3. Shipped frozen as individual units for receipt within 24 hours of processing. Due no later than September 30, 2012. VII. ATTACHMENTS Attachment One VIII. PERFORMANCE REQUIREMENT SUMMARY Required Service Production of 18,000 ampoules of SRM 956d. Performance Standard 1. Materials will be prepared and packaged as described in the PWS and meet all specifications set forth in the PWS. 2. A minimum of 18,000 ampoules of the material will arrive intact and unbroken. 3. See Attachment one for other performance standards. Acceptable Quality Level The material must be suitable for use as a certified reference material. If deficiencies or inconsistencies between the material and the documentation are found, or if less than the stated number of ampoules are received intact, the contractor has 30 days to correct the deficiency at no additional cost to the Government. Monitoring Method The NIST Point of Contract (POC) will know that the SRMs were successfully prepared when they are analyzed as part of the value assignment process. This will be completed no later than 30 days after receipt and acceptance of the ampoules. IX. TRAVEL None X. DELIVERY: Delivery shall be FOB DESTINATION, and be completed in accordance with the due date stated in Section V. above. Delivery Address: National Institute of Standards and Technology Attention. Lee Yu Building 227 100 Bureau Drive Gaithersburg, MD 20899-8392 1. QUANTITY OF SERUM The contractor shall provide a total of 18,000 ampoules of (2.00  0.04) mL per ampoule of three (3) different concentration levels, 6,000 ampoules per concentration level. The (2.00  0.04) mL aliquot of serum is to be dispensed into 5 mL glass ampoules (See Primary Container Specification Section for Ampoule Specifications). The 2.0 mL aliquot of serum and the 5 mL ampoule deviates from the container requirement as specified in section A2.5(2) of the NCCLS Document C29-A2. The new primary container requirement MUST be strictly adhered to or breakage of the glass ampoules under -70 C storage conditions will result. 2. DESCRIPTION OF SERUM AND ELECTROLYTE CONCENTRATION LEVELS Only native human serum (not ACD plasma) that has been tested and found negative for HIV and hepatitis is to be used. The values of sodium, potassium, and other analytes in this pooled sera should be within the usual reference intervals for a "healthy" adult population. The addition of gentamicin sulfate is required for long term storage of this material and mixed into the base pool to give a final concentration of 50 mg/L. Specimens shall be drawn and processed and frozen within 8 hours of the time of collection. The specimens shall be shipped frozen as individual units for receipt within 24 hours of processing. The contractor shall prepare the three (3) concentration level material employing the specifications as detailed in (Attachment 1, NCCLS Document C29-A2, Appendix A). The serum should be defibrinated, filtered, and partitioned into three (3) subpools. The target electrolyte concentration levels are given in Appendix A2.3 of NCCLS Document C29-A2 and are summarized in Table 1 below to include phosphate. CHLORIDE: It is recognized that the concentration of chloride in the three levels of the serum material may be difficult to accurately control depending on the types and quantities of salts added to the base pools. The chloride concentrations in the finished serum material must fall within the range 90 - 130 mmol/L with increasing concentration from Level 1 through Level 3. Blending will be done such that the levels will show no greater variability than 1 % sample to sample in analyte concentration. The serum shall be filled into pre-labeled ampoules (see Primary Container Specifications this document) and frozen according to the specifications given in Appendix A2.5 of NCCLS Document C29-A2. A copy of Appendix F. SRM 956a Process Flow Chart from NCCLS Document C39-A is attached. 2.1 Additional pool preparation precautions to observe concerning NCCLS Document C29-A2 Appendix A2.5. As this material is intended for use as an ionized calcium control material, it is critical that pH and pCO2 be closely monitored on a blood gas analyzer during the formulation and adjustment process. A pH of 7.4  0.05 @ 37 C and pCO2 of 35 mm Hg must be maintained during the manufacturing process as well as during storage prior to filling into the ampoules. During storage the serum should be overlayed with 3 % CO2, 97 % N2. Caution must be exercised to minimize restrictions to airflow out of the formulation chamber. Ambient air pressure must be maintained in the chamber. Too small of a filter on the venting tube on the formulation chamber can cause a buildup of the air pressure in the chamber. (A 0.22 micron filter is too small.) If the air pressure is too great the pCO2 can increase over time, causing an increase of carbonic acid in the serum and consequently a lowering of the pH which will nullify the use of the material for ionized calcium. Table 1. Target Electrolyte Concentrations (mmol/L) Na K Tot Ca Tot Mg Li Phosphate Level 1 120 ± 3 6.0 ± 0.2 3.0  0.2 1.5  0.1 2.0  0.1 2.0 ± 0.1 Level 2 140 ± 3 4.0 ± 0.2 2.5  0.2 1.0  0.1 1.25  0.1 1.5 ± 0.1 Level 3 160 ± 3 2.0 ± 0.2 2.0  0.2 0.5  0.1 0.5  0.1 1.0 ± 0.1 3. CERTIFICATES OF TEST OF HUMAN SERUM The following shall be presented for each unit collected: (a) Donor center name and address. (b) Purchase order number (c) Certification that no anticoagulant was used (d) Hepatitis B, using hBsAg and hB core antibody (e) Hepatitis C, using a hepatitis C antibody test (f) HIV-1, using an HIV-1 antibody test (g) HIV-2, using an HIV-2 antibody test (h) HTLV-1 (i) Syphilis (j) Blood donor record forms for raw materials used in human serum, base matrix shall be included. (k) Materials which tested positive in infectious disease related tests beyond those which may have been specifically delineated in the items above shall not be accepted by NIST. 4. ANALYTES USED IN SPIKING The contractor shall specify the source of added analytes. 5. PILOT/VALIDATION RUN A pilot/validation run shall be performed. The testing of sodium, potassium, total calcium, phosphate, chloride, magnesium, and lithium using standard clinical methods is required, with results falling within the low, mid, and high subpool limits as listed in Table 2. See also Appendixes A2.3-4 of NCCLS Document C29-A2 for more information on pool formation. The Contractor shall provide NIST with a Certificate of Analysis indicating the electrolyte concentrations by standard clinical methods and randomly selected ampoules from each level to be shipped to NIST for inspection and analysis. Table 2. Target Electrolyte Concentrations for Production Pools (mmol/L) Na K Tot Ca Tot Mg Li Phosphate Ionic S Level 1 120 ± 3 6.0 ± 0.2 3.0  0.2 1.5  0.1 2.0  0.1 2.0 ± 0.1 (145) Level 2 140 ± 3 4.0 ± 0.2 2.5  0.2 1.0  0.1 1.3  0.1 1.5 ± 0.1 (160) Level 3 160 ± 3 2.0 ± 0.2 2.0  0.2 0.5  0.1 0.5  0.1 1.0 ± 0.1 (175) 6. PRIMARY CONTAINER SPECIFICATIONS Ampoule Specification: Wheaton Science Products 5 mL Cryule clear, product number 651469. The ampoules are made of Wheaton 33 low extractable borosilicate glass that conforms to USP Type I and ASTM Type I, Class A requirements. The special design allows for storage at low temperatures as well as rapid thawing. The product and order information is available at http://www.wheatonsci.com/b2cwhn/b2c/display/(xcm=B2C_NA_LAB&cpgsize=10&layout=5.1-6_1_56_59_5_8_2&uiarea=2&carea=DDC14773B75E41F1AB7A001EC9FCDFBA&cpgnum=1&citem=DDC14773B75E41F1AB7A001EC9FCDFBA4609F21772CC70F3E10000000AC02822)/.do?rf=y Vendor shall use specifications as indicated - NO SUBSTITUTIONS- and perform the stated quality control procedure for ensuring the integrity of the glass ampoules in the following manner. While holding 2.0 mL of serum and sealed, a representative sampling of the ampoules at each concentration level shall withstand three freeze-thaw cycles. The ampoules are frozen at -70 C, removed and thawed at room temperature; refrozen at -70 C, removed and thawed; refrozen at -20 C for 3 hours, removed and thawed. After each thawing cycle, once the contents are liquid, swirl the ampoules to resuspend the protein. Repeat these steps two times. At the end of the third cycle, count the number of broken ampoules. Inspect 100 % of the ampoules. The ampoule breakage must be demonstrated to be less than 2% of those tested. 7. ORDER OF AMPOULE FILLING AND LABELING OF AMPOULES FOR FINAL PRODUCTION The order in which the ampoules are filled from first to last is to be maintained and the ampoules and the exterior of the packaging carton are to be labeled accordingly. If there is more than one fill head, ampoules from each fill head shall also be labeled accordingly. Measurement of the electrolyte concentrations of representative samples from each level (and differing fill heads, if applicable) by standard clinical methods is required for acceptance. The target values shall be within 5% of those requested in the Description of Serum and Electrolyte Concentration Levels Section. The results shall be provided to NIST before shipment of the entire production lot. The ampoules shall be pre-labeled before freezing with labeling stock provided by NIST. NOTE: No vendor labels or markings shall be placed on the ampoules. 8. DOCUMENTATION REQUIRED BY NIST (a) Contractor shall provide a Certificate of Analysis for the electrolyte concentration levels using standard clinical methods. (b) Contractor shall provide access to or provide copies of pertinent records in the laboratory notebooks of details of the sources and amounts of analytes added, etc. This will provide NIST with details concerning the preparation of the material in the event of personnel changes at the site of production. The contractor shall include the names of those individuals in the laboratory in order that detailed questions can be directed to the appropriate personnel working on this material. (d) Contractor shall provide documentation of compliance with the Common Rule for the Protection of Human Subjects (15 C.F.R. Part 27) as follows: i. If the contractor purchases previously drawn blood from a vendor without identifying information, the use of human subjects may be exempt from the requirement of review by an Institutional Review Board (IRB). Contractor must submit a written justification of their determination that the use of human subjects meets the requirements for one of the exemptions found at 15 C.F.R. 27.101(b). An official determination as to whether the research is exempt will be made by NIST. ii. If the contractor proposes to draw the blood themselves or obtain the blood via a custom collection specifically for this project, the protocol for blood collection must be reviewed and approved by an appropriate IRB. Contractor must submit a copy of the protocol and informed consent forms approved by the IRB, documentation of the IRB's approval of the protocol, and the IRB's Federal-wide assurance number from the Department of Health and Human Services. 9. SITE VISIT NIST reserves the right to have its representative present at the time of production and testing of the material. 10. MARKING DELIVERABLES (a) The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract. (b) Mark deliverables, except for reports. 11. PACKING/SHIPPING SPECIFICATIONS The material shall be packaged in trays or containers in an upright fashion. The packaging shall be of a nature to prevent breakage and keep the three levels separate and identifiable. The material will be transported under conditions that will prevent it from reaching temperatures greater than -50 C prior to reaching NIST or each case shall contain 4 to 5 pounds (1.8 to 2.3 kg) dry ice. Concentration Levels 1, 2, and 3 shall be packaged separately. Packaging for shipment shall conform to industry standards. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Those marked with an asterisk are provided in full text in Attachment 1. Provisions *52.212-1, Instructions to Offerors-Commercial Items *52.212-3 Offeror Representations and Certifications-Commercial Items Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses *52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 2.223-18, Contractor Policy to Ban Text Messaging while Driving- 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-1, Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34 F.O.B. Destination 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance With The Laws 1352.237-71 Security Processing Requirements - Low Risk Contracts 1352.235-70 Protection of human subjects. 1352.235-70 Protection of human subjects. Protection of Human Subjects (APR 2010) (a) Research involving human subjects is not permitted under this award unless expressly authorized in writing by the Contracting Officer. Such authorization will specify the details of the approved research involving human subjects and will be incorporated by reference into this contract. (b) The Federal Policy for the Protection of Human Subjects (the "Common Rule"), adopted by the Department of Commerce at 15 CFR part 27, requires contractors to maintain appropriate policies and procedures for the protection of human subjects in research. The Common Rule defines a "human subject" as a living individual about whom an investigator conducting research obtains data through intervention or interaction with the individual, or identifiable private information. The term "research" means a systematic investigation, including research development, testing and evaluation, designed to develop or contribute to generalizable knowledge. The Common Rule also sets forth categories of research that may be considered exempt from 15 CFR part 27. These categories may be found at 15 CFR 27.101(b). (c) In the event the human subjects research involves pregnant women, prisoners, or children, the contractor is also required to follow the guidelines set forth at 45 CFR part 46 subpart B, C and D, as appropriate, for the protection of members of a protected class. (d) Should research involving human subjects be included in the proposal, prior to issuance of an award, the contractor shall submit the following documentation to the Contracting Officer: (1) Documentation to verify that contractor has established a relationship with an appropriate Institutional Review Board ("cognizant IRB"). An appropriate IRB is one that is located within the United States and within the community in which the human subjects research will be conducted; (2) Documentation to verify that the cognizant IRB possesses a valid registration with the United States Department of Health and Human Services' Office for Human Research Protections ("OHRP"); (3) Documentation to verify that contractor has a valid Federal-wide Assurance (FWA) issued by OHRP. (e) Prior to starting any research involving human subjects, the contractor shall submit appropriate documentation to the Contracting Officer for institutional review and approval. This documentation may include: (1) Copies of the human subjects research protocol, all questionnaires, surveys, advertisements, and informed consent forms approved by the cognizant IRB; (2) Documentation of approval for the human subjects research protocol, questionnaires, surveys, advertisements, and informed consent forms by the cognizant IRB; (3) Documentation of continuing IRB approval by the cognizant IRB at appropriate intervals as designated by the IRB, but not less than annually; and/or (4) Documentation to support an exemption for the project from the Common Rule [ Note: this option is not available for activities that fall under 45 CFR part 46 subpart C]. (f) In addition, if the contractor modifies a human subjects research protocol, questionnaire, survey, advertisement, or informed consent form approved by the cognizant IRB, the contractor shall submit a copy of all modified material along with documentation of approval for said modification by the cognizant IRB to the Contracting Officer for institutional review and approval. The contractor shall not implement any IRB approved-modification without written approval by the Contracting Officer. (g) No work involving human subjects may be undertaken, conducted, or costs incurred and/or charged to the project, until the Contracting Officer approves the required appropriate documentation in writing. (End of provision) INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotation Venders shall submit their quotations electronically via Federal Business Opportunities thru the FBO Bid Module for this requirement not later than 01:00 p.m. Eastern Time on Thursday, September 6, 2012. FAX quotations shall not be accepted. E-mail quotations shall not be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the FBO Bid Module set forth above. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The vender shall propose a firm-fixed-price, preferably FOB Destination, for CLIN. 0001 - 0003. Price quotations shall remain valid for a period of 60 days from the date quotations are due. 2) Technical Quotation: The vender shall submit technical information with pricing information. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature and include Warranty: terms and conditions. If applicable, evidence that the vender is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. Acceptance of Terms and Conditions: This is an open-market solicitation for the supply of Human Serum as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror 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 offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose product meets or exceeds the technical specifications and is the lowest price. Technical Capability: 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. NIST will evaluate whether the offeror has demonstrated that its proposed quotation meets or exceeds all minimum requirements. Quotations that do not demonstrate they meet the Scope of Work on all requirements will not be considered further for award. If a vender does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: The Government will evaluate price for reasonableness. Non-Governmental Acquisition Support The Government may utilize non-Governmental acquisition support for processing of quotations submitted in response to this solicitation. These individual(s) will have access to the quotation information and will be assisting the Contracting Officer in the procurement process by performing services including, but not limited to, preparing the quotations for submission to the technical evaluators, performing past performance checks, and preparing award documents. The non-Governmental acquisition support will not conduct technical evaluations of any quotation and will not be involved in the final decision as to the awardee under this procurement. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Cheryl Rice, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e)Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0727/listing.html)
 
Place of Performance
Address: Contractor's site, United States
 
Record
SN02856766-W 20120829/120828000246-1ea474e38015749fa3a6f71f4f011ffc (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.