SOLICITATION NOTICE
70 -- Internet of Things Multi-Protocol Analyzer - Requirements Documents
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment 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
- NB6710001803133
- Archive Date
- 9/14/2018
- Point of Contact
- Susan McKean, Phone: 3034975417
- E-Mail Address
-
susan.mckean@nist.gov
(susan.mckean@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Requirements Documents FBO ANNOUNCEMENT: COMBINED SYNOPSIS/SOLICITATION SUBJECT: Internet of Things, Multi-Protocol Analyzer SOLICITATION NUMBER: NB671000-18-02713 RESPONSE DATE: 30 Aug 2018 CONTACT POINTS: Susan McKean, Contract Specialist 303-497-5417 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 13.5, SIMPLIFIED PROCEDURES 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) 2005-100 / 08-22-2018. The National Institute of Standards and Technology (NIST) is seeking to purchase *** Internet of Things (IoT), Multi-Protocol Analyzer *** The requirements statement is attached. This acquisition is 100% set aside for small businesses under the applicable small business size standard. NIST anticipates the award of a single, firm-fixed price purchase order. All vendors shall provide a firm-fixed price quotation in accordance with the Instructions to Vendors. This Request for Quotation (RFQ) is conducted under the authority of FAR 13, Simplified Acquisition Procedures, with NAICS code 334220, Communications equipment, mobile and microwave, manufacturing with a small business size of 1,250 employees. All communications and documents must include the solicitation # NB687100-18-02025. Please email your quote to susan.mckean@nist.gov. (complete unit and total price below) CLIN Nomenclature __ Qty Unit Price Total Price 0001IoT Multi-Protocol Analyzer 1 EA $ $ Per attached requirements document Delivery: NLT 60 days ARO FOB: Destination 0002Warranty - 3 Year Commercial on parts 1 EA $ $ and labor per attached requirements document Period of Performance: 36 months This solicitation shall close at 4:00 PM Mountain Time(MT), Friday, 30 Aug 2018. Please direct any questions regarding this solicitation to Susan McKean at susan.mckean@nist.gov no later than 10 AM, MT, Thursday, 29 Aug 2018. Your quote must meet all the requirements of FAR 52.212-1, as well as include the following information: • Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. • Firm fixed price quote for the IoT multi-protocol analyzer, Payment Terms: Net 30. • The requested delivery is NLT 60 days ARO • Inspection and Acceptance at Destination • FOB Destination including delivery cost for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. • Company DUNS No.: To be eligible for this award, the vendor must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offeror shall meet the technical requirements and deliverable schedule. Quote shall include shipping cost. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. 1. EVALUATION CRITERIA AND BASIS FOR AWARD The Government will award a purchase order resulting from this solicitation to the responsible contractor whose quotation conforming to the solicitation will be most advantageous and represents the best value to the Government, price and other factors considered, utilizing simplified acquisition procedures of FAR Part 13. The Government will not use the formal source selection procedures described in FAR part 15. The Government will evaluate quotations utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers. The Government will consider price and other technical non-price factors described in this solicitation and will conduct a comparative evaluation of the benefits between price and the other technical non-price factors of each quotation as well as a comparative evaluation between quotations in order to determine the quotation that is most advantageous and represents the best value. Therefore, the Government may award to other than the lowest priced offeror or the highest technically rated offeror. Per the provision 52.212-1 (g) Contract award contained within this solicitation; the Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, offerors if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the formal source selection procedures described in FAR part 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the offeror with the lowest priced quotation. Award will be made, if at all, to the responsible offeror whose offer conforming to the requirements of the solicitation represents the best value to the Government considering the Government's evaluation of the following factors: (1) Technical Approach, (2) Schedule, (3) Past Performance, and (4) Price. The evaluation factors in order of most important are as follows: Technical Capability: Most important Performance Past: Important Experience: More important than Price but less important than Past Performance Price: Important, but less important than Technical, Past performance and Experience. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. The Government requests commercial item solutions to meet this requirement. 1.1.Factor 1 - Technical Approach The Technical Approach is defined as the vendor's proposed solution(s) to successfully fulfill the contract requirements. Submittal Requirements: The vendor shall submit technical approach and capability documentation which may include a narrative, charts, graphs, tables, drawings, product / service literature, and demonstrated authority to provide the necessary items and perform the required services identified in the specification / statement of work. The documentation shall clearly describe, in sufficient detail, the vendor's authority, proposed items, resources and methods to successfully fulfill the requirements including specifications, performance capability requirements, delivery schedules, warranties and all service requirements per the Request for Quotations. Basis of Evaluation: Evaluation of this factor is a subjective evaluation of the vendor's demonstrated resources, capability and methods to meet all requirements. The vendor's submittals will be evaluated in terms of demonstrated understating of the requirements and demonstrated capability to meet or exceed the requirements. This may include the authority to provide the required items (i.e. authorized dealer/seller/reseller), authority to provide maintenance and repair services, and the capability and method to successfully meet all the requirements including but not limited to item specifications, delivery schedule, installation, warranty, etc. 1.2.Factor 2 - Past Performance Past performance is a defined as how well a vendor has performed on meeting recent and relevant requirements in terms of scope, size and complexity. Submittal Requirements: Provide the following information for a minimum of three companies / organizations / clients which the offer has provided recent and similar items / services for: a)Company/Organization/Client Name. b)Address. c)Brief description of items / services provided. d)Point of contact. e)Email and or phone number contact information. Basis of Evaluation: The basis of evaluation is a subjective evaluation of how well the Vendor performed on contracts and a subjective evaluation of how relevant a recent contract effort was regarding the RFQ requirement. This factor will be evaluated on an Acceptable / Unacceptable basis. Vendors with an overall satisfactory past performance will be rated as "Acceptable". Vendors with a less than satisfactory overall past performance will be rated as "Unacceptable". In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) Federal Awardee Performance and Integrity Information System (FAPIIS) using all CAGE / DUNS number of vendor. The Government reserves the right to contact any other source of information that may have knowledge or information on a vendor's relevant past performance history. 1.3.Factor 3 - Experience This factor involves an assessment of the vendor's experience in terms of relevancy (similarity in scope, size and complexity), as a means of evaluating the capability of the vendor to successfully meet the requirements of the request for quotation. Submittal Requirements The vendor shall provide the following information for a minimum of three relevant projects (item and / or service) to that of the requirement in the request for quotation. a)Experience For: Company Name, address phone number and point of contact. b)Description of the work provided in terms of items and services provided. c)Date of delivery (Items) and dates of services provides (Service contracts). Basis of Evaluation. Evaluation of this factor is a subjective evaluation of the vendor's experience, in terms of relevancy, as a means of evaluating the capability of the Vendor to successfully meet the requirements of the request for quotation. Offerors may provide any information on problems encountered and the corrective actions taken on projects submitted under Factor 3. Contractors may also address any adverse past performance issues. Explanations shall not exceed four (4) single-sided pages (or two (2) double-sided pages) in total. The Government reserves the right to contact references for verification or additional information. The Government's inability to contact any of the Contractor's clients / references or the references' unwillingness to provide the information requested may affect the Government's evaluation of this factor. 1.5 Factor 4 - Warranty Submittal Requirements Vendor shall provide a description of the proposed warranty and specifically address: a)Length of warranty b)Warrant inclusions regarding Maintenance, repairs, use of temporary equipment during maintenance / repair actions, etc. c)Response time to Government for service inquiry (phone & email). d)Response time for maintenance &repair services (when required). Basis of Evaluation. Evaluation of this factor is a subjective evaluation of the vendor submittals to determine the comprehensiveness of the warranty in terms of length, inclusions, response time for service inquire and response time for maintenance and repair services. 1.5 Price Price will be considered when the technical requirement has been met. The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements and equipment proposed/quoted. Price quotations shall be entirely compatible with the proposed technical solution(s). The degree of importance of the proposed prices will increase with the degree of equality of the quotations in relation to the technical factor on which the selection is to be based. The Government may award to other than the lowest priced Offeror or the highest technically rated quotation utilizing price as a trade-off for the technical factor. The Government reserves the right to make an award without discussions based solely upon initial quotations. Therefore, offerors should ensure that their initial quotation constitutes their best offer in terms of both price and the technical solution being proposed. Submittal Requirements: Contractors shall submit a firm fixed price (FFP) quotation in US currency. The price quotation shall include complete supporting documentation which clearly identifies major materials, components and services along with their associated prices. The price quotation documentation shall clearly substantiate how the total price was derived. The price shall include the pricing for a 3-year warranty commercial warranty on parts and labor. Basis of Evaluation The Government will evaluate the price quotation using price analysis techniques to determine fairness, reasonableness and realism in relation to the technical solution. Price analysis will be conducted in accordance with the FAR, Commerce Acquisition Manual and any other provision within this RFQ. The analysis may include information from a Government auditing agency, Government technical personnel, or other sources. If a price is disproportionately lower than other competitive prices or significantly unbalanced, the price may be deemed unrealistic. Payment schedule terms more favorable to the Government may be evaluated more favorably. A determination will be made by the Contracting Officer based upon the information provided. The Government reserves the right to ask for any additional price related information from the Contractor in order to determine a price fair and reasonable. The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov.The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule. The vendors must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. 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 FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 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 on 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim The following provisions and clauses are also incorporated by reference into this solicitation: FAR 52.232-13, Notice of Progress Payments FAR 52.232-16, Progress Payments FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror 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.htmf 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 CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests CAR 1352.246-70, Place of Acceptance (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, 325 Broadway - Shipping and Receiving, Boulder, CO 80305. NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL-39 Marking/Packing Instructions 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. 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. The contract number and CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. To be eligible for this award, the vendor must be registered with the System for Award Management at www.sam.gov. and have completed the Representations and Certifications therein for the specified NAICS code or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. 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 FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.219-6, Notice of Total Small Business Aside 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 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror 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 52.225-18 - Place of Manufacture FAR 52.232-15, Progress Payments Not Included CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) 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 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, Place of Acceptance (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 325 Broadway, Boulder, CO 80305 NIST LOCAL-04, BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 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. If you have any questions, please do not hesitate to contact Susie McKean at susan.mckean@nist.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b484959cf530270a40cc39826b1f84f5)
- Record
- SN05051934-W 20180825/180823231047-b484959cf530270a40cc39826b1f84f5 (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 |