Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
SOLICITATION NOTICE

66 -- LIQUID NITROGEN TANK AND VAPORIZORS - DRAWING 1

Notice Date
7/29/2015
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-15-RQ-0793
 
Archive Date
8/25/2015
 
Point of Contact
Lynda M Roark, Phone: 3019753725, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
Lynda.Roark@nist.gov, patrick.staines@nist.gov
(Lynda.Roark@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAWING 1 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 13.5 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 Federal Acquisition Circular (FAC) 2005-83. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Lynda.Roark@nist.gov. Questions should be received no later than 7 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 334515 with a small business size standard of 500 employees. This acquisition is being competed using full and open competition. BACKGROUND: The National Institute of Standards and Technology (NIST) Acquisition Management Division intends to procure a replacement liquid nitrogen tank and additional vaporizers for use in the CNST NanoFab to increase capacity and provide reliable operation. Liquid nitrogen is vaporized at the liquid tank to provide clean gaseous nitrogen to NISTs Advanced Measurement Laboratory (AML) complex. The AML currently uses a 6000 gallon horizontal liquid nitrogen tank and two alternating 5000 standard cubic feet per hour vaporizers. This system requires refilling at least twice per week. During site closures caused by inclement weather or other reasons, the liquid tank has run to empty. In addition, during reduced temperature periods, the efficiency of the existing vaporizers are not capable of keeping up with demand. Several sensitive research tools as well as safety systems for reducing hazard levels in exhaust streams rely on a constant delivery of gaseous nitrogen. Therefore, NIST requires the capacity of the nitrogen delivery system to be increased to prevent interruption of service. LIST OF ATTACHMENTS: The following pictures and drawings are hereby provided as attachments. The purpose of these attachments is for reference and to provide specification requirements to the Contractor for quotation purposes only. All attachments included in this solicitation are owned by the Government and shall not be reproduced, released, distributed, or otherwise utilized for any purpose other than submission of a quotation and the execution of the required work without the prior written approval of the NIST Contracting Officer. Attachment #1: Drawing 1 - LN2 System Overview INTRODUCTION: THIS IS A FIRM FIXED PRICE REQUEST FOR QUOTATION: The vendor shall furnish the necessary personnel, material, equipment, and services to fabricate, install and test one 11,000 Gallon Vertical Liquid Nitrogen Storage Tank; and two 10,000 standard cubic feet per hour vaporizers. LINE ITEM 0001, QUANTITY OF ONE (1), 11,000 GALLON VERTICAL LIQUID NITROGEN STORAGE TANK, MEETING OR EXCEEDING THE FOLLOWING MINIMUM REQUIREMENTS. (ALL ITEMS MUST BE NEW. USED OR REFURBISHED INSTRUMENTS SHALL NOT BE CONSIDERED FOR AWARD) All equipment, connections, and installation procedures shall comply with Compressed Gas Association (CGA) standards, National Fire Protection Association (NFPA) standards, and the site standards of the existing gas supplier to ensure safe storage and delivery are possible. All equipment shall be consistent with the delivery of 99.999% purity liquid and gaseous nitrogen. a) Double vessel construction with insulated high vacuum barrier between inner and outer vessel. b) Maximum working pressure: at least 17 bar (250 psi). c) All plumbing, valves, and regulators required to fill and dispense liquid nitrogen. d) Digital telemetry to indicate, at a minimum, tank fill level and tank pressure. e) All plumbing built to American Society of Mechanical Engineers (ASME) B31.3 process piping guide. f) All plumbing leak tested. g) Durable outer coating to provide protection from weather. h) Safety systems to prevent over pressure and low temperature hazards. LINE ITEM 0002, QUANTITY OF TWO (2), 10,000 STANDARD CUBIC FEET PER HOUR (NOMINAL) VAPORIZERS, MEETING OR EXCEEDING THE FOLLOWING MINIMUM REQUIREMENTS: (ALL ITEMS MUST BE NEW. USED OR REFURBISHED INSTRUMENTS SHALL NOT BE CONSIDERED FOR AWARD) All equipment, connections, and installation procedures shall comply with Compressed Gas Association (CGA) standards, National Fire Protection Association (NFPA) standards, and the site standards of the existing gas supplier to ensure safe storage and delivery are possible. All equipment shall be consistent with the delivery of 99.999% purity liquid and gaseous nitrogen. a) Maximum working pressure: at least 41 bar (600 psi). b) All plumbing built to American Society of Mechanical Engineers (ASME) B31.3 process piping guide. c) All plumbing leak tested. d) Wind resistant to at least 100 mph. LINE ITEM 0003, THE CONTRACTOR SHALL PROVIDE ALL NECESSARY PERSONNEL, LABOR, MATERIAL, EQUIPMENT, SERVICES AND RIGGING TO REMOVE THE EXISTING EQUIPMENT: Minimum Requirements: a) Vendor shall provide and connect a temporary supply of nitrogen capable of flowing at least 5000 standard cubic feet per hour for the duration of the service interruption required for removal and installation (Stronger consideration shall be given to the vendor with a strategy to minimize interruption of nitrogen delivery during the installation process) b) Vendor shall provide all labor, material, equipment, services, and rigging for removal of the existing 6000 gallon horizontal tank TRADE-IN CREDIT: The Government has the following equipment available for trade-in credit: 1. Chart/Linde HS-6000 NC-250, SN:16230, built in 2004. 6000 gallon horizontal liquid nitrogen storage tank. All equipment functions in accordance with the manufacturer specifications. The Contractor may provide a trade-in credit for any or all of this equipment. A trade-in credit is not required, however, proposed trade-in credit shall be applied to the total amount of the quotation during price evaluation. LINE ITEM 0004: TANK AND VAPORIZOR INSTALLATION: INSTALLATION: The equipment shall be installed by the Contractor and meet contract specifications no later than two weeks after delivery. Installation, at a minimum, shall include engineering, labor, materials, uncrating/unpacking of all equipment, rigging and installation of the new tank and vaporizers, set-up and hook-up of the system, demonstration of all specifications, and removal of trash. Specifically, the vendor shall be responsible for connecting the new components into the existing system. i) The new vaporizers shall be connected in parallel with the existing vaporizers to increase the total capacity from 5,000 cubic feet per hour to 15,000 cubic feet per hour. ii) All hardware, valves, and connections required for the safe operation and filling of the system shall be included. iii) All liquid lines shall be fully insulated to minimize the buildup of ice. iv) All equipment must fit in the available space outside of building 215. Reference Drawing 1. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD- Building 215. All equipment, connections, and installation procedures shall comply with Compressed Gas Association (CGA) standards, National Fire Protection Association (NFPA) standards, and the site standards of the existing gas supplier to ensure safe storage and delivery are possible. All equipment shall be consistent with the delivery of 99.999% purity liquid and gaseous nitrogen. (NIST shall give stronger consideration to a vendor with shorter delivery and installation times.) LINE ITEM 0005: INDEPENDENT CERTIFICATION OF EXISTING CONCRETE PAD: Vendor shall have the existing concrete pad independently certified by a licensed structural engineer for the load of the quoted full liquid nitrogen tank. If the slab fails certification, the vendor shall have a new concrete pad independently (SEE OPTION LINE ITEM 0006) designed by a licensed structural engineer and pour new reinforced concrete footers capable of supporting the new liquid nitrogen tank per the design. The independent certification must be completed not later than 2 weeks after receipt of award. The independent certification must be submitted to the TPOC within 1 week of receipt of failure or passing for review. If the existing concrete slab fails the independent certification, please follow the directions listed under OPTION LINE ITEM 0006, prior to beginning work of removal and installation of new concrete slab. OPTION LINE ITEMS: THE FOLLOWING ITEMS ARE OPTION LINE ITEMS. THE CONTRACTOR SHALL PROVIDE PRICING FOR THESE ITEMS. PRICES QUOTED SHALL BE EFFECTIVE FOR A PERIOD OF ONE YEAR FROM THE DATE OF AWARD. AWARD OF OPTION LINE ITEMS IS AT THE SOLE DISCRETION OF THE GOVERNMENT IN ACCORDANCE WITH FAR 52.217-9. OPTION LINE ITEM 0006: THE CONTRACTOR SHALL PROVIDE ALL NECESSARY PERSONNEL, LABOR, MATERIAL, EQUIPMENT, AND SERVICES TO DESIGN AND INSTALL CONCRETE FOOTERS CAPABLE OF SUPPORTING THE LOAD OF THE NEW LIQUID NITROGEN TANK. If the existing concrete slab fails certification, the vendor shall have a new concrete pad independently designed by a licensed structural engineer and pour new reinforced concrete footers capable of supporting the new liquid nitrogen tank per the design. The contractor shall provide all labor, materials, installation and testing for a licensed structural engineer design, pouring of new reinforced concrete footers that are capable of supporting the new liquid nitrogen tank per design. If the slab fails certification, the vendor shall provide the failed certification to the Contracting Officer, Contract Specialist, and Technical Point of Contact prior to beginning the work of the concrete slab. A modification must be executed to exercise this option line item. DELIVERY TERMS: Deliverables: Deliverable 1: The contractor shall provide an assay of the gaseous nitrogen from the new components that demonstrate the gas is 99.999% pure or better prior to final acceptance. Deliverable 2: The contractor shall provide a pressure testing report that demonstrates the liquid tank is capable of supporting at least 150% of the maximum operating pressure prior to final acceptance. Deliverable 3: The contractor shall deliver the final tanks and vaporizers not later than 3 months after award. Deliverable 4: The contractor shall deliver the independent concrete certification report not later than two weeks after receipt of award. Deliverable 5: The contractor shall deliver the design of new concrete footers if they were required, within 2 weeks after exercise of option line item. (if applicable) Deliverable 6: The contractor shall deliver shop drawings of the final installation which includes all modifications, deletions, and additions from the liquid nitrogen tank supply to the main gaseous delivery line prior to final acceptance. Delivery term shall be FOB Destination. FOB Destination means: 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 all charges to the specified point of delivery. The contractor shall deliver the items to NIST, BLD 215, Advanced Measurement Laboratory, Gaithersburg, MD 20899. All deliveries entering the NIST campus must be inspected at building 301, Shipping and Receiving, upon entering the site. Express Warranty The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Inspection and Acceptance In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. The following tests shall be performed within 30 days after receipt of instrument: The Government shall confirm the delivered and installed instruments: 1. Provide an assay of the gaseous nitrogen from the new components that demonstrate the gas is 99.999% pure or better. 2. Demonstrate the liquid tank is capable of supporting at least 150% of the maximum operating pressure. 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 52.204-7, System for Award Management 52.204-8, Annual Representations and Certifications 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5, Certification Regarding Responsibility Matters 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate 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: 52.202-1: Definitions; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6, Protecting the Government's Interests when SubContracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.223-18, 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 52.219-28, 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; 52.222-35, Equal Opportunity for Veterans, 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports for Veterans, 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Certain Foreign Purchases; 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40, Providing Accelerated Payments to Small Business SubContractors 52.232-39 Unenforceability of Unauthorized Obligations 52.247-34 F.O.B. Destination 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance with the Laws 1352.246-70 Place of acceptance. Place of Acceptance (APR 2010) (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 100 Bureau Drive Gaithersburg, MD 20899 (End of clause) 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: Patrick Staines, 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) Assurance by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law {Class Deviation) (February 2015) (1) In accordance with Sections 536 and 537 of Division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 may be used to enter into a contract with any corporation that - (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) By accepting this award or order, in writing or by performance, the offeror/contractor assures that - (a) The offeror/contractor is not a corporation convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) The offeror/contractor is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Provision) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (FEB 2015) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) INSTRUCTIONS: System for Award Management (SAM): In accordance with FAR 52.204-7, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 3:30 pm eastern time on August 10, 2015. FAX quotations shall not be accepted. E-mail quotations shall be accepted at Lynda.Roark@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, electronic delivery is the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Lynda Roark, Contract Specialist on 301-975-3725. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, hard copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotation. If the quotation is submitted electronically, hard copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description and/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. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. If standard product literature and/or technical descriptions do not address all required specifications, offerors must provide narratives and or explanation of the work that will be performed to meet the requirement(s). All proposed work must be addressed in sufficient detail that all technical requirements are discussed and that the intended outcome of the work can be clearly discerned. The contractor shall submit lead times for all required equipment and services, and provide an estimated installation timeline. The contractor shall provide two scenarios, 1,) delivery and installation of the instruments with the concrete slab passing validation; and 2). Delivery and installation of the instruments and completion of a concrete slab if the concrete fails validation. The contractor shall also submit a description of specific steps they will take to minimize service interruptions and ensure constant delivery of nitrogen during installation. 3. Experience: The offeror shall demonstrate the extent to which it has manufactured, distributed, and installed similar equipment within the last 5 years. 4. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is required that at least 3 contacts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: Contract number; Description and relevance to solicitation requirements including dollar value; Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. 5. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment 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 quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) 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. Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Experience, 3) Past Performance, and 4) Price. All non-price factors, when combined, are more important to price. Technical capability and past performance are more important than experience. 1. 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 equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST's requirements. NIST will give stronger considerationin no particular order, to the following requirements: 1. Delivery and Installation Time: A constant supply of nitrogen is critical to the experiments running in the Advanced Measurement Laboratory. NIST experiences problems with its nitrogen delivery system when the weather turns cold. NIST will evaluate the proposed delivery and installation schedules for reasonable and realistic delivery and installation times. Therefore, stronger consideration will be given to a vendor with shorter delivery and installation times. 2. Strategy to minimize nitrogen service interruption during installation. Interruptions to nitrogen delivery can cause sensitive measurement systems to shut down which can have lengthy startup times. NIST will evaluate for realism. Therefore, stronger consideration will be given to a vendor with a strategy to minimize interruption of nitrogen delivery during the installation process. 2. Experience: NIST will evaluate the extent of the offeror's experience within the last 5 years providing similar equipment and installation of such equipment. 3. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction.. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror's past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. 4. Price: Price shall be evaluated for reasonableness and evaluated inclusive of any proposed trade-in credit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0793/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03815735-W 20150731/150730000331-cf0cdfb7099db00b3a2a9426cabd92f8 (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.