Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2002 FBO #0255
SOLICITATION NOTICE

66 -- PORTABLE X-RAY RESIDUAL STRESS MEASURING SYSTEM

Notice Date
8/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
02-855-2139REPOST1
 
Response Due
8/23/2002
 
Point of Contact
Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
tamara.grinspon@nist.gov, Patrick.Staines@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 13.5-TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS, SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS, FAR PART 13-SIMPLIFIED ACQUISITION PROCEDURES, AND AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.*****This solicitation, #02-855-2139REPOST1, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08, effective July 29, 2002.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334516, and the small business size is 500 Employees. This acquisition is unrestricted.*****The National Institute of Standards and Technology (NIST) has a requirement for one (1) Portable X-Ray Residual Stress Measuring System for use during sheet metal forming experiments in the development of sheet metal formability standards. All interested, responsible quoters (vendors) shall provide a quotation for the following: Line Item #0001: Portable X-Ray Residual Stress Measuring System, configured and delivered in accordance with the Specifications and Drawing described below, and additional information contained herein; Line Item #0002 Maintenance Contract to begin after initial 12-month warranty expires.*****Quoters shall meet ALL requirements in accordance with the following documents: 02-855-2139SPECIFICATIONS and 02-855-2139DRAWING, respectively, included in the RFQ attachments which are located at http://www.fedbizops.gov/ under solicitation number 02-855-2139REPOST1.*****A Site Visit will be held on Friday, August 16, 2002, at 1:00 PM. Attendees will first assemble in Building 301, in the room adjacent to the Cafeteria, and will later continue on to Building 223. Prospective quoters are strongly encouraged to attend the Site Visit. Failure to attend the Site Visit shall in no way constitute grounds for protest and/or claims by vendor.!!!!!IMPORTANT NOTE!!!!!: Due to increased security at NIST/Gaithersburg, vendors planning to attend the Site Visit must e-mail their intention to attend no later than close of business Wednesday, August 14, 2002, to Tamara Grinspon, at tamara.grinspon@nist.gov, providing name of company, name of each person attending, and country of citizenship. For non-U.S. citizens, the following additional information will be required: Title, Employer/Sponsor, and Address, so that security personnel at the gate may be informed. Vendors should come to the Visitor Registration Center at the NIST main gate (Gate A, off Bureau Drive) to pick up their Visitor's Badge. Photo Identification will be requested at the NIST entrance gate. No one will be permitted to enter the NIST campus without prior registration.****Delivery is required within six (6) months or less after receipt of order (ARO). Delivery shall be FOB DESTINATION, NIST, Gaithersburg, MD.*****The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for 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.*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability; (B) Past Experience; (C) Past Performance; and (D) Price. Technical factors and Past Performance, when combined, are more important than Price.*****Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the make and model of the products, manufacturer sales literature or other product literature that clearly demonstrates that the offered products meet the specifications listed herein.*****Evaluation of Past Performance will be conducted to determine overall product quality and service with respect to technical and administrative issues.*****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable portable x-ray residual stress measuring systems for the types of applications described herein. Quoters shall provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references should include: (a) the name of the reference point of contact; (b) the name of the company, organization or agency; (c) the telephone number of the point of contact; (d) the date product(s) was/were provided; and (e) purchase order or contract number relevant to purchase.*****The Government will base its evaluation on information obtained from references provided and/or from other sources available to the Government.*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding the requirement and the ability and willingness to comply with the Government's specifications of need.*****All vendors should provide the following: (A) Quotation including all Line Items and References, signed, and in duplicate; (B) Description and Product Literature, in duplicate; (C) Commercial Price List(s), one copy; and (D) Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov , one copy, completed, signed, and dated.*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial.***** The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.*****The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; (5) 52.219-8, Utilization of Small Business Concerns; (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; (21) 52.225-13, Restriction on Certain Foreign Purchases; (22) 52.225-15, Sanctioned European Union Country End Products; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm Copies of above-referenced clauses are available at www.arnet.gov . All interested, responsible vendors should submit quotation packages to arrive on or before AUGUST 23, 2002, 3:00 PM (Washington DC Time), to the National Institute of Standards and Technology, Acquisition and Logistics Division/Contracts Office, ATTN: TAMARA GRINSPON (02-855-2139REPOST1), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. Hand-delivery of quotes is discouraged, as heavy security requirements may result in considerable delays. Faxed and Emailed quotes will NOT be accepted. Responsibility for getting quotation packages to the Contracts Office on/at the date and time specified above rests solely with the prospective vendor. In no way will the Government be responsible for late arrival (after the deadline) of quotations.
 
Place of Performance
Address: National Institute of Standards and Technology, Shipping and Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001
 
Record
SN00138335-W 20020814/020812213157 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.