SOLICITATION NOTICE
66 -- Mechanical Cryocoolers
- Notice Date
- 8/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
- ZIP Code
- 80305
- Solicitation Number
- NB686060-18-02462
- Archive Date
- 9/1/2018
- Point of Contact
- Angela L. Hitt, Phone: 3034977305
- E-Mail Address
-
angela.hitt@nist.gov
(angela.hitt@nist.gov)
- Small Business Set-Aside
- N/A
- 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 separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures under the Authority of FAR 13. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ). All communications and documents must include the solicitation number, NB686060-18-03336. The contracting officer will not use, nor shall this solicitation be subject to the formal source selection procedures described in FAR Part 15. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99, dated July 16, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250 employees. This requirement is being competed as full and open competition. All interested businesses may submit a quotation. The National Institute of Standards and Technology's (NIST), Faint Photonics Group has a requirement for a contractor to provide server mechanical cryocoolers for cooling electronics, optics, and other stages of refrigeration down to temperatures below 4K. The systems are needed for internally and externally funded programs that requires the development of a cryogenic systems to operate superconducting electronics and superconducting single photon detectors. NIST needs up to 12 mechanical cryocoolers over the period of three years with at least 100mW of cooling power at 4K. The mechanical coolers will be embedded into a cryostat so that optical detectors, electronics, optics will be cooled temperature below 4K. The system is intended to operate as a closed system, eliminating the need for external cryogenic liquids for cooling. CONTRACT LINE ITEM NUMBER (CLIN) 0001: 2 mechanical cryocoolers. Each system shall consist of the following Technical Requirements listed below: • Each system shall use a Sumitomo RDK-101D cold head or equivalent • The cooling power shall be >100mW at 4K • The coldest stage of the cryocooler shall reach temperatures below 3K with no heat load • The system shall use an air-cooled compressor • The compressor shall use single phase 120 VAC power • Shall include one-year warranty • Parts shall be interchangeable with existing SUMITOMO RDK-101D Cold Head CONTRACT LINE ITEM NUMBER (CLIN) 1001: Option 1: Cryocoolers for the period October 1, 2018, to September 30, 2019. Each system shall consist of the following Technical Requirements listed below: • Each system shall use a Sumitomo RDK-101D cold head or equivalent • The cooling power shall be >100mW at 4K • The coldest stage of the cryocooler shall reach temperatures below 3K with no heat load • The system shall use an air-cooled compressor • The compressor shall use single phase 120 VAC power • Shall include one-year warranty • Parts shall be interchangeable with existing SUMITOMO RDK-101D Cold Head The vendor shall submit a 1 Each price for cryocoolers that may be ordered, via modification, during the period October 1, 2018, to September 30, 2019. CONTRACT LINE ITEM NUMBER (CLIN) 2001: Option 2: Cryocoolers for the period October 1, 2019, to September 30, 2020. Each system shall consist of the following Technical Requirements listed below: • Each system shall use a Sumitomo RDK-101D cold head or equivalent • The cooling power shall be >100mW at 4K • The coldest stage of the cryocooler shall reach temperatures below 3K with no heat load • The system shall use an air-cooled compressor • The compressor shall use single phase 120 VAC power • Shall include one-year warranty • Parts shall be interchangeable with existing SUMITOMO RDK-101D Cold Head The vendor shall submit a 1 Each price for cryocoolers that may be ordered, via modification, during the period October 1, 2019, to September 30, 2020. Technical Requirements: Each system shall consist of the required technical requirements. • Each system shall use a Sumitomo RDK-101D cold head or equivalent • The cooling power shall be >100mW at 4K • The coldest stage of the cryocooler shall reach temperatures below 3K with no heat load • The system shall use an air-cooled compressor • The compressor shall use single phase 120 VAC power • Shall include one-year warranty • Parts shall be interchangeable with existing SUMITOMO RDK-101D Cold Head Delivery: FOB Destination delivery terms: Delivery shall be completed 12 weeks from the receipt of award (ARO) or receipt of modification to order under CLINs 1001 and 2001. The Contractor shall deliver equipment to NIST, 325 Broadway, Boulder, CO, 80305. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, delivery 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. All shipping costs shall be included in the total firm-fixed price. Inspection and Acceptance: The NIST's Faint Photonics Group will physically inspect the mechanical cryocoolers to verify that they meet the requirements listed in the technical specifications. Final acceptance will be determined within 7 calendar days after delivery. Commercial Product Requirements: • The cryocooler must be an established commercial product with multiple units operating successfully in the field. Experimental, prototype, or custom items are not acceptable. The cryocooler shall be covered by the original manufacturer's full warranty with service provided by that manufacturer's U.S.-based service organization. The use of "gray market" components not authorized for sale in the U.S. by the proposer is not acceptable. Initial Purchase: The initial purchase under this contract shall be two (2) mechanical cryocoolers per the required technical specifications. The requested delivery is 12 weeks ARO. FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. This purchase order will remain active for three years, or until 12 cryocoolers have been ordered, whichever comes first. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addendum as follows: Submittal Requirements: 1) Technical Capability: The vendor shall submit capability documentation to clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in the associated solicitation. This may include charts, graphs, tables, drawings, product / service literature, and demonstrated authority to provide the necessary items and provide the required items identified herein. The documentation shall clearly describe, in sufficient detail, the vendor's authority, proposed items, delivery schedules, and warranties. Furthermore, the Contractor shall provide with their quote provide data on number of identical units in the field and operating history sufficient to establish reliability of the product. 2) Price: Unit Pricing (1 EACH) for CLINs 0001, 1001, and 2001. This is a firm-fixed price quote for the required mechanical cryocoolers to include standard shipping and one-year warranty. Once the solicitation is closed, the Government intends to award a contract without further communication with respective Offerors. The Government, however, reserves the right to conduct negotiations if deemed in its best interest. The quote shall not merely offer to perform work in accordance with the statement of work but shall outline the actual item proposed as specifically as practical. The specifications reflect the objective of the program under consideration; therefore, repeating the specifications without sufficient elaboration will not be acceptable. The Technical Capability portion of the proposal is limited to 10 single sided pages (or 5 double sided pages.) in no smaller than 11 font. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Addendum as follows: (a) BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the solicitation's specifications. This will be a firm fixed price purchase order. TECHNICAL CAPABILITY: Evaluation of this factor is a subjective evaluation of the information provided in the quotation. This factor will be evaluated on an Acceptable / Unacceptable basis. The vendor's submittals will be evaluated to determine whether the proposed item demonstrates the ability to meet the minimum specifications. Failure to demonstrate a clear and unambiguous technical capability to meeting the specifications will result in an "Unacceptable" rating for this factor. PRICE: Price shall be evaluated for reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the attached provision. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional clauses within FAR 52.212-5 and which may be applicable to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government 53.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 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, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports for Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Additional terms and conditions are as follows: FAR 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.204-7, System for Award Management FAR 52.225-18 - Place of Manufacture FAR 52.217-7, Option for Increased Quantity-Separately Priced Line The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. CAR 1352.233-70, Agency Protests (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: ANGELA HITT, CONTRACT SPECIALIST 325 Broadway, MS 164 Boulder, CO 80305 (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 CAR 1352.233-71, GAO AND Court of Federal Claims Protests (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 FAR 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.204-13, System for Award Management Maintenance FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors CAR 1352.201-70, Contracting Officer's Authority CAR 1352.201-72, Contracting Officer's Representative CAR 1352.209-72, Restrictions Against Disclosure CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, 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 Shipping and Receiving 325 Broadway Boulder, CO 80305 NIST LOCAL - 39, Marking/Packing Instructions (1) If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis. (2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual Components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is Required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an Issuable unit. (3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. NIST LOCAL-53, Contract Performance During Changes in NIST Operating Status Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status: Gaithersburg Campus Operating Status Line: (301) 975-8000 (800) 437-4385 x8000 (toll free) Boulder Campus Operating Status Line: (303) 497-4000 During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management's website at www.opm.gov for the Federal Government operating status. NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer's Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed. Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance. NIST LOCAL-54, Electronic Billing Instructions NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. Please email your quote to me at angela.hitt@nist.gov. This solicitation shall close at 5 p.m. Mountain Time, on Friday, August 17, 2018. 1352.215-72 INQUIRIES (APR 2010) Please direct any questions regarding this solicitation to Angela Hitt, Contracting Officer at angela.hitt@nist.gov no later than 11:00 am Mountain Time, Monday, August 13, 2018. All responses to the 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/69e17518f0305e6fbaacef8cd3d6ad21)
- Place of Performance
- Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN05026218-W 20180810/180808230957-69e17518f0305e6fbaacef8cd3d6ad21 (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 |