MODIFICATION
66 -- Laser-Powered Electric Field Probe
- Notice Date
- 9/4/2025 2:12:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NB6750302502548
- Response Due
- 9/16/2025 1:00:00 PM
- Archive Date
- 10/01/2025
- Point of Contact
- Lia M Arthofer, Phone: 3034973870
- E-Mail Address
-
lia.arthofer@nist.gov
(lia.arthofer@nist.gov)
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS OR SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. I. This solicitation is a Request for Quote (RFQ). This is a combined synopsis/solicitation conducted under FAR 12.6 and 13.5. This synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-05 dated 08/07/2025. The associated North American Industry Classification System (NAICS) is 334515 � Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals with a small business size standard of 750 employees. This requirement is solicited on an unrestricted basis. Defense Priorities and Allocations Systems (DPAS) and assigned rating is not applicable to this request for quote (RFQ). II. Background/Scope: The National Institute of Standards and Technology (NIST) require a laser-powered electric field probe. Attached are the Specifications-Attachment 1 describing the requirements for solicitation NB675030-25-02548. All offerors should provide a firm fixed price (FFP) quotation for the following line item: Item Number Supplies/Services Description QTY Unit of Issue Unit Price Amount 0001 Electric Field Probe, QTY: 1 each 0002 Electric Field Probe Module; QTY: 1 each *Shipping is to be included in firm-fixed pricing This shall be provided in accordance with the Specifications attached herein Payment will not be made until after completion of the contract to include delivery, installation, training, inspection and acceptance. Total Value: $ The attached specifications (Attachment 2) requires the date (s) and place(s) of delivery and acceptance and the FOB point. III. PRE-QUOTE INQUIRIES (CAR 1352.215-72): Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer Lia Arthofer at lia.arthofer@nist.gov. Questions should be received no later than 5 calendar days after the issuance date of this solicitation; This solicitation will not be extended. 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 another form, only the responses included in the amendment to the solicitation will govern the performance of the contract. IV. Quotation Preparation Instructions: The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (MAR 2023), applies to this acquisition. Additional addendum to this provision is listed in Section V. Please reference the RFQ number in the subject line of email communications. Offerors quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above. All quotations shall conform to solicitation provisions/clauses and be prepared in accordance with this section. The quotation shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate), and logically assembled. Note: The term �indexed� refers to a table of contents that lists sections and page numbers. In the event that the Offeror is unable to create an indexed quotation, an alternative approach, such as a Table of Contents, shall suffice. All pages of the quotation shall be appropriately numbered. A cover letter may be included in addition to Volumes I-IV discussed below. In preparing the quotation, each volume shall stand on its own. For each given evaluation factor the Government will only evaluate the information provided in the corresponding section of the quotation. The Offeror�s quotation shall be clearly divided into the following distinct volumes: Volume I � Technical Capability Volume II � Price Quotation Volume III � Terms and Conditions Volume I - Technical Capability: The offeror shall submit one (1) copy of their technical capability electronically via E-mail to the Contract Officer identified above. The technical capability shall address the following: Technical Capability: The offeror shall submit technical capability documentation which may include a narrative, charts, graphs, tables, drawings, product/service literature, and as applicable, demonstrated authority to provide the necessary items and perform the required installation and training identified in the statement of work (Attachment 1. The documentation shall clearly describe, in sufficient detail, the vendor's authority, proposed items, resources, and methods to successfully fulfill the statement of work requirements, including performance requirements, integration requirements, ultrahigh vacuum integration requirements, portability requirements, software requirements, installation, training and warranty requirements. The submission shall clearly identify contract line -item numbers (CLIN) above. The submission must demonstrate that the proposed equipment meets or exceeds each minimum requirement described within the attached statement of work document by providing a citation between the statement of work paragraph and the relevant section of the technical description or product literature. The offeror must not simply state they will meet or exceed the requirement; evidence must be provided. If applicable, evidence that the offeror is authorized by the manufacturer to provide the item(s) in the quotation shall be included. Offerors shall provide sufficient information for the Government to determine its level of confidence in the offeror�s capability to provide the equipment as specified in the statement of work. Please limit this submission to five (5) single-sided pages in total. Volume II - Price Quotation: The offeror shall submit one (1) copy of their entire quotation electronically via E-mail to the Contract Specialist/Contracting Officer identified in this request for quote (lia.arthofer@nist.gov). The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price quotation for each CLIN to include all shipping costs (FOB Destination). Price quotations shall remain valid for a period of 90 days from the date quotations are due Volume III - Terms and Conditions: Offerors shall provide a completed copy of all provisions listed below: FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (OCT 2022) FAR 52.225-1 Buy American Certificate FAR 52.225-18, Place of Manufacture V. 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 NAICS code governing this solicitation. (End of provision FAR 52.212-1) VI. EVALUATION CRITERIA: Provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this procurement. The evaluation criteria included in paragraph (a) of the provision are as follows: The Government intends to award a single firm fixed-price purchase order (PO) from this solicitation utilizing simplified acquisition procedures in accordance with FAR part 13. The Government reserves the right not to award a PO and to make an award without exchanges based solely upon initial quotes. Contractors are strongly encouraged to submit their best technical solutions and prices in response to this RFQ. The Government will not conduct price realism as a part of price evaluation. Basis for Award: The Government will award a firm fixed price purchase order resulting from this solicitation once the Contractor is verified as responsible and the quotation conforming to the solicitation is found most advantageous to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria factors: 1) Technical Capability and 2) Price quotation. Technical Capability is more important than price. As non-price factors become more equal among offerors, price may become the determining factor. An Offeror's failure to address any factor may be considered indicative of the Offeror's lack of understanding of the Government's requirements and may result in the offer being determined unacceptable. Once the government determines the apparent successful offeror, the government reserves the right to communicate with only that contractor to address any remaining issues, if necessary, and finalize a purchase order with that apparent successful offeror. These issues may include technical and price. If the parties cannot successfully address any remaining issues, as determined pertinent at the sole discretion of the Contracting Officer, the government reserves the right to communicate with the next best-suited offeror based on the original analysis and address any remaining issues. VII. Evaluation Factors: Factor 1- Technical Capability: This procurement is for commercial items. Therefore, prototypes or demonstration models will not be accepted. Additionally, used or refurbished instruments will not be considered. Evaluation of technical capability shall be limited to the information provided in the quotation and will reflect the Government�s assessed level of confidence that the offeror will successfully perform the requirement. Evaluation of this factor is a subjective evaluation of the vendor's demonstrated resources, capability, and methods to meet all requirements. This may include the authority to provide the required items (i.e., authorized dealer/seller/reseller), the capability, and method to successfully meet all the requirements in the statement of work. Quotations that do not demonstrate that the proposed equipment meets or exceeds all requirements will not be considered further for award. If an offeror�s technical description and/or product literature does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not meet the requirement. Evaluation Rating The evaluation of the non-price factor (Factor 1) may be done holistically with a rating scale of ""high confidence,"" ""some confidence,"" and ""low confidence,"" representing the Government�s confidence that the Offeror is technically capable. Confidence Ratings: High Confidence The Government has high confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing with little or no Government intervention. Some Confidence The Government has some confidence that the Offeror understands the requirement, proposes a sound approach, and will be successful in performing with some Government intervention. Low Confidence The Government has low confidence that the Offeror understands the requirement, proposes a sound approach or will be successful in performing even with Government intervention. All quotes shall be evaluated in accordance with the factors and criteria established above. Factor 2�Price: The proposed price will be evaluated to determine whether it is reasonable in relation to the solicitation requirements. A price realism analysis will not be conducted. Prices must be proportionate to the technical portion of the quotation. Payment will not be made until after completion of the contract to include delivery, installation, training, inspection and acceptance. (End of provision 52.212-2) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2024), with its offer. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Website accessed through?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 (v) of this provision. The clause 52.212-4, Contract Terms and Conditions -- Commercial Items Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (May 2024), applies to this acquisition and the following additional FAR clauses cited are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.203-17, Contractor Employee Whistleblower Rights 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-27, Prohibition on a ByteDance Covered Application 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.223-23, Sustainable Products and Services 52.225-1, Buy American-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer The following additional contract requirement(s) and additional terms and conditions are necessary for this acquisition and consistent with customary commercial practices are as follows: Additional Contract Requirements: All communications and documents must include solicitation #NB675030-25-02548. All quotations shall include the following information: Information enough to demonstrate you can meet or exceed the requirements in the SOW. Firm fixed price quote.?? Payment Terms: Net 30.?? Please indicate the delivery schedule/period of performance with the quote. Place of Performance indicated in the SOW. FOB Destination including delivery cost for delivery to: NIST Attn: Shipping and Receiving 325 Broadway Boulder, CO 80305 Delivery point of contact will be provided upon award. (NIST reserves the right to ship using the NIST Account). Company SAM Unique Entity ID. In order to be eligible for this award, the offeror must have and maintain an active registration at the System for Award Management at?www.sam.gov and have completed 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. Acceptance will not occur until the system has been installed and functionality has been confirmed. Payment will not be made until CLIN 0001 has been accepted and completed. Additional Terms and Conditions: Provisions � FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures (a) Definitions. As used in this provision, covered article, FASCSA order, Intelligence community, National security system, Reasonable inquiry, Sensitive compartmented information, Sensitive compartmented information system, and Source have the meaning provided in the clause 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition. (b) Prohibition. Contractors are prohibited from providing or using as part of the performance of the contract any covered article, or any products or services produced or provided by a source, if the prohibition is set out in an applicable Federal Acquisition Supply Chain Security Act (FASCSA) order, as described in paragraph (b)(1) of FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition. (c) Procedures. (1) The Offeror shall search for the phrase �FASCSA order� in the System for Award Management (SAM)(https://www.sam.gov) for any covered article, or any products or services produced or provided by a source, if there is an applicable FASCSA order described in paragraph (b)(1) of FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition. (2) The Offeror shall review the solicitation for any FASCSA orders that are not in SAM but are effective and do apply to the solicitation and resultant contract (see FAR 4.2303(c)(2)). (3) FASCSA orders issued after the date of solicitation do not apply unless added by an amendment to the solicitation. (d) Representation. By submission of this offer, the offeror represents that it has conducted a reasonable inquiry, and that the offeror does not propose to provide or use in response to this solicitation any covered article, or any products or services produced or provided by a source, if the covered article or the source is prohibited by an applicable FASCSA order in effect on the date the solicitation was issued, except as waived by the solicitation, or as disclosed in paragraph (e). (e) Disclosures. The purpose for this disclosure is so the Government may decide whether to issue a waiver. For any covered article, or any products or services produced or provided by a source, if the covered article or the source is subject to an applicable FASCSA order, and the Offeror is unable to represent compliance, then the Offeror shall provide the following information as part of the offer: (1) Name of the product or service provided to the Government; (2) Name of the covered article or source subject to a FASCSA order; (3) If applicable, name of the vendor, including the Commercial and Government Entity code and unique entity identifier (if known), that supplied the covered article or the product or service to the Offeror; (4) Brand; (5) Model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); (6) Item description; (7) Reason why the applicable covered article or the product or service is being provided or used; (f) Executive agency review of disclosures. The contracting officer will review disclosures provided in paragraph (e) to determine if any waiver may be sought. A contracting officer may choose not to pursue a waiver for covered articles or sources otherwise subject to a FASCSA order and may instead make an award to an offeror that does not require a waiver. (End of provision) 52.225-2 Buy American Certificate Buy American Certificate (Oct 2022) (a)? (1)?The?Offeror?certifies that each?end product, except those listed in paragraph (b) of this provision, is a domestic?end product?and that each domestic?end product?listed in paragraph (c) of this provision contains a critical?component. (2)?The?Offeror?shall?list as foreign?end products?those?end products?manufactured in the?United States?that do not qualify as domestic?end products. For those foreign end?products?that do not consist wholly or predominantly of iron or steel or a combination of both, the?Offeror?shall?also indicate whether these foreign?end products?exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select �no�. (3)?The?Offeror?shall?separately list the?line item numbers?of domestic?end products?that contain a critical?component?(see FAR?25.105). (4)?The terms �commercially available off-the-shelf (COTS) item,� �critical?component,� ""domestic?end product,"" ""end product,"" and ""foreign?end product"" are defined in the clause of this?solicitation?entitled ""Buy American-Supplies."" (b)Foreign?End Products: Line Item?No. Country of Origin Exceeds 55% domestic content (yes/no) ______________ _________________ _________________ ______________ _________________ _________________ ______________ _________________ _________________ (b)[List as necessary] (c)?Domestic?end products?containing a critical?component: Line Item?No.?___ [List as necessary] (d)?The Government will evaluate?offers?in accordance with the policies and procedures of?part? 25?of the Federal?Acquisition?Regulation. (End of provision) 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 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 (End of provision) CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests?? Clauses � FAR 52.204-13, System for Award Management Maintenance FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.247-34 FOB Destination The term ""f.o.b. destination,"" as used in this clause, means-- (1) Free of expense to the Government, on board the carrier`s conveyance, at a specified delivery point where the consignee`s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee`s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or ""constructive placement"" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including ""piggyback"") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for ""heavy or bulky freight."" When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall-- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Clause) 52.247-48 FOB Destination-Evidence of Shipment (a)?If this contract is awarded on a free on board (f.o.b.) destination basis, the Contractor- (1)?SHALL NOT SUBMIT AN INVOICE FOR PAYMENT UNTIL THE SUPPLIES COVERED BY THE INVOICE HAVE BEEN SHIPPED TO THE DESTINATION; and (2)?Shall retain, and make available to the Government for review as necessary, the following evidence of shipment documentation for a period of 3 years after final payment under the contract: ????????????????(i)?If transportation is accomplished by common carrier, a signed copy of the commercial bill of lading for the supplies covered by the Contractor�s invoice, indicating the carrier�s intent to ship the supplies to the destination specified in the contract. ????????????????(ii)?If transportation is accomplished by parcel post, a copy of the certificate of mailing. ????????????????(iii)?If transportation is accomplished by other than common carrier or parcel post, a copy of the delivery document showing receipt at the destination specified in the contract. (b)?The Contractor is not required to submit evidence of shipment documentation with its invoice. (End of clause) 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): at http://acquisition.gov/comp/far/index.html (End of Clause) 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 1352.237-71, Security processing requirements - low risk contracts 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 Attn: Shipping and Receiving 325 Broadway Boulder, CO 80305-3328 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. 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 Instructions: use in all awards that require electronic submission of invoices. 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. (End) NIST LOCAL-56 INVOICING PROCESSING PLATFORM-ALTERNATE I Upon written notice from the contracting officer the following supersedes all other instructions for the submission of payment requests. Accordingly, following written notice payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To const...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/02949423ec8c4269a7d6d10ec47025e7/view)
- Place of Performance
- Address: Boulder, CO 80305, USA
- Zip Code: 80305
- Country: USA
- Zip Code: 80305
- Record
- SN07577784-F 20250906/250904230041 (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 |