SOLICITATION NOTICE
66 -- Rapid Chloride Permeability Test (RCPT) Equipment
- Notice Date
- 7/2/2025 12:16:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NIST-RFQ-25-7301767
- Response Due
- 7/17/2025 9:00:00 AM
- Archive Date
- 08/01/2025
- Point of Contact
- Collin Randall, Phone: 3019756728, Lauren P. Roller, Phone: 3019753062
- E-Mail Address
-
collin.randall@nist.gov, lauren.roller@nist.gov
(collin.randall@nist.gov, lauren.roller@nist.gov)
- Small Business Set-Aside
- NONE No Set aside used
- 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 of Commercial Items � as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated June 11, 2025. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 - Other Measuring and Controlling Device Manufacturing. The small business size standard of 600 Employees. This is an unrestricted competition. Both small and other than small businesses under the applicable NAICS code are eligible to respond. DESCRIPTION OF REQUIREMENTS Background The National Institute of Standards and Technology (NIST) Engineering Laboratory (EL) Materials and Structural Systems Division (MSSD) studies the durability and service life of infrastructure materials (polymers, concrete, engineered composites, etc.) for resilient infrastructure applications. One of the key research focuses is to evaluate the durability of these materials to environmental factors that could expedite deterioration. One such environmental factor that can impact the long-term structural integrity of concrete structures is exposure to chloride ions (Cl-). The MSSD will benefit from rapid chloride permeability test (RPCT) equipment to evaluate concrete materials in the �Engineered Materials for Resilient Infrastructure� program in projects such as �Assessing Pyrrhotite in Concrete�, �Forward Looking Building Codes�, and �Additive Manufacturing with Cement Based Materials� as well as Disaster and Failure program investigations such as Champlain Towers South. Objectives The objective of this requirement is to procure a rapid chloride permeability test set-up to measure chloride-ion penetration of concrete. Scope of Work Please see the attached Statement of Requirements. PERIOD OF PERFORMANCE / DELIVERY REQUIREMENTS Delivery shall be FOB Destination and shall occur no later than 12 weeks after receipt of order (ARO). CONTRACT TYPE & PAYMENT TERMS A firm fixed price purchase order is anticipated. APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): Quoters must submit all questions concerning this solicitation in writing electronically to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov and Ms. Lauren Roller, Contract Specialist, at lauren.roller@nist.gov Questions must be received by or before Thursday July 10, 2025, at 12:00 PM ET. 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). DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov and Ms. Lauren Roller, Contract Specialist, at lauren.roller@nist.gov. Submission must be received not later than Thursday July 17, 2025, at 12:00 PM ET. Note: Quoters must have an active registration at www.SAM.gov at time of offer submission to be considered for award. �ID Assigned� is not acceptable; registration must be �Active.� INSTRUCTIONS TO QUOTERS (Addendum to FAR 52.212-1) The Quoter�s quotation shall be submitted electronically via email and shall consist of two volumes as detailed below. Each quotation volume shall include the Quoter�s name, System for Award Management Unique Entity Identifier (UEI) number, and point of contact information in a cover page, header/footer, or other easily identified location. The Contracting Officer intends to award a purchase order without discussions but reserves the right to enter into discussions if in the best interest of the Government. Volume 1: Technical Response This volume shall contain the Quoter�s technical response. The technical response (not including table of contents, figures, schematics, cut sheets, or corporate information) shall not exceed five (5) single-spaced, single sided pages. Text shall be no less than 12-point font in read-only Microsoft Word or searchable Adobe PDF format. The technical response shall include the name, title, phone number, and email address of the Quoter�s primary point of contact and the individual authorized to negotiate on behalf of the Quoter (if negotiations are determined to be necessary). The technical response shall include: A description of the proposed product specifications and capabilities as it relates to the requirements identified in the Requirements Document, including the warranty. The quoter must demonstrate that its proposed product meets or exceeds each minimum requirement described within the attached Statement of Requirements by providing a citation to the relevant section of its technical description or product literature. The quoter must not simply state they will meet or exceed the requirement; evidence must be provided. If applicable, evidence that the quoter is authorized by the original provider to provide the item(s) in the quotation should be included Delivery details, including delivery timeframe and method (i.e., FOB Destination). Volume 2: Price Quotation This volume shall contain the Quoter�s price quotation in read-only Microsoft Excel format, or in searchable PDF format. All figures must be rounded to the nearest hundredth. Price quotations shall be submitted on a firm fixed price basis in accordance with the contract line-item numbering structure identified in this solicitation. Quotations shall be valid for 90 days after solicitation close. Price quotations shall include unit pricing and total cost, inclusive of the required commercial product, shipping and delivery, and warranty. To assist the Government in evaluating firm fixed price quotations, the Quoter shall provide a breakdown of the proposed fixed price by item quoted and shall separate delivery pricing from the rest of the quote. Terms and Conditions: Offerors shall provide a completed copy of the provisions with applicable portions highlighted in the attached �Provisions & Clauses� document. Acceptance of Terms and Conditions (Addendum to FAR 52.212-1(b) (11)): If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state ""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:"" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quotation any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order (PO). 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 proposed 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. NAICS Code If the Offeror�s representations and certifications do not reflect the NAICS code governing this solicitation, Offerors must submit documentation that they are a small business under the small business size standard governing this solicitation. (End of provision FAR 52.212-1) CONTRACT LINE-ITEM STRUCTURE: Responsible Quoters shall provide pricing for the following line item: Contract Line Item Number (CLIN) QTY UNIT UNIT PRICE APPLICABLE DISCOUNTS TOTAL CLIN 0001 � Voltage Application and Data Acquisition System 1 EA CLIN 0002 � Applied Voltage Test Cells 6 EA CLIN 0003 � Transportation and other related charges Please Note: Offerors/quoters that are proposing products manufactured outside of the United States must identify any other or unknown charges that may be applicable to the sale of these products (here indicated as CLIN 0003) as a separate line item on price quotes/proposals. This price element may be listed as part of the cost of the product or as a sub-total element but must be clearly identified. This price element must only apply to the total value of the goods identified for customs processing. Only include the country of origin and the tariff percentage currently in place or the expected amount at time of delivery for that country. Price quotes shall clearly identify the relevant tariffs in terms of percentage and total cost. If there are multiple countries of origins and associated tariffs, identify each separately. EVALUATION CRITERIA AND BASIS FOR AWARD (Addendum to FAR 52.212-2) The Government intends to award a purchase order resulting from this solicitation to the responsible contractor whose quotation, conforming to the solicitation, is the Lowest Priced Technically Acceptable (LPTA) quotation. Quotations received will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Responses will be evaluated based on 1) contractor�s ability to meet the government�s minimum requirements stated in this notice and on 2) ability to deliver the required items on an FOB Destination basis within the period of performance/lead time specified in the Statement of Requirements. Responses to this solicitation must include clear and convincing evidence of the Quoters� capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation, including the delivery requirements. Under the lowest-price technically acceptable (LPTA) process, Quoters will be determined to be �technically acceptable� or �technically unacceptable� based on an evaluation of responses against the following factors to determine if, as submitted, the quotation is technically acceptable. (1) Technical Capability: The Quoter must indicate in its quotation the ability to provide all minimum product requirements identified in the Requirements document. (2) Schedule: The Quoter must indicate in its quotation the ability to meet the delivery requirements (delivery within 12 weeks ARO). The total cost of shipping, which includes any potential tariff cost (see CLIN 0003), must be included in the total fixed-price quoted amount and contain delivery terms for FOB-Destination only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf7dffdf1039438e904cc73980c89386/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN07497808-F 20250704/250702230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |