Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

70 -- Request for MSDS Authoring Services

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-05-Q-0881
 
Response Due
8/15/2005
 
Archive Date
8/30/2005
 
Description
This is a combined synopsis/solicitation for services prepared in accordance with the format in Federal Acquisition Regulation (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 WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ). This solicitation is a Request for Quotation (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 05-04. The North American Industrial Classification System (NAICS) code (see http://www.census.gov/epcd/www/naics.html) for this solicitation is 423430 (formally 421430), with a small business size standard of 500 employees. This solicitation is set aside for small business ONLY. The National Institute of Standards and Technologies (NIST) has a requirement for the research and assembly of 125 Material Safety Data Sheets (MSDS), single-element Standard Reference Materials (SRMs), i.e., SRMs containing only one substance. MSDS documents shall be prepared in 16-point format. The ?16 points? refers to the number of sections in the document. MSDS documents shall be compliant with all US OSHA regulations, Canadian WHMIS regulations, and EU regulations in accordance with the attached sample format. NIST shall furnish a description of the Standard Reference Material and Certificate of Analysis which is a detailed description of the chemical or physical content of the SRM. The Certificate of Analysis provided may be of an existing (for current SRMs) certificate or a draft of a new certificate (for a new release.) The contract line item number (CLIN), descriptions, quantity, and minimum requirements are as follows: CLIN 0001: Services for the research and assembly of Material Safety Data Sheets (MSDS), single-element Standard Reference Materials (SRMs), Quantity of 125; Unit: Each. All delivered documents must be current and meet the following minimum requirements: 1. Documents shall be prepared in ANSI Z400.1/EU 16-point format. The preferred format shall be Microsoft Word, or ASCII, or any comparable accessible format. Classification language must comply with International Air Transportation Association (IATA) regulations. 2. Documents must be fully editable by NIST by the NIST Measurement Services Division (MSD). 3. Current, complete, accurate data and reference(s) shall be provided and shall be from legitimate, credible scientific sources. 4. There shall be no passwords or other protections on the document that will hinder accessibility by NIST staff, e.g. user names, keys or other any protection. 5. The documents shall become property of NIST. 6. There shall be no commercial logos or advertisements on any document delivered to NIST. 7. There shall be no preparer?s copyright on any document delivered to NIST. 8. NIST shall provide a disclaimer for each document. 9. Documents shall be delivered as electronic editable files. The period of performance shall be one year and a total number of 125 documents shall be delivered within the year. A prioritized delivery schedule shall be set up within one month after the award. The Contractor shall make delivery of a minimum of two documents per week. Delivery terms shall be F.O.B. Destination to the National Institute of Standards and Technology (NIST), Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. FOB Destination means the contractor shall cover the cost of delivery to the delivery point and be responsible for loss of and/or damage occurring prior to receipt and acceptance. The following Federal Acquisition Regulation (FAR) and Commerce Acquisition Regulation (CAR) clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.213-4 Terms And Conditions--Simplified Acquisitions (Other Than Commercial Items) 52.217-8 Option To Extend Services 52.219-8, Notice of Total Small Business Set-Aside Rights In Data, Assignment Of Copyright For purposes of clause 52.227-17(c) below, contractor agrees to assign copyright to data, including reports and other copyrightable materials, first produced in performance of this contract to the United States Government, as represented by the Secretary of Commerce. 52.227-17 Rights In Data?Special Works 52.243-1 Changes--Fixed-Price 1352.209-72 Restrictions Against Disclosure 1352.209-71 Organizational Conflict Of Interest 1352.209-72 Restrictions Against Disclosure 1352.252-70 Regulatory 1352.239-73 Security Requirements For Information Technology Resources 1352.239-74 Security Processing Requirements for Contractors/Subcontractor Personnel for Accessing Doc Information Technology Systems The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is can be downloaded at www.nist.gov/admin/od/contract/agency.htm. Award will be made to the responsible offeror whose quotation conforming to this solicitation offers the best value to the Government, technical, knowledge and experience, past performance, and price factors considered. The Government will evaluate quotations based on (1) Technical Acceptability, (2) Knowledge and Experience, (3) Past Performance, and (4) Price. The combined factors of Technical Acceptability and Past Experience are more important than Past Performance and Price. Factor 1: Technical Acceptability Factor: Evaluation of Technical Acceptability shall be based on evidence in the quotation of the offeror?s understanding of the requirement and the soundness of the technical approach. Quotations shall include a description of the steps that offeror will perform to accomplish each task in the performance work statement and any supplemental material to describe approaches or sources that the offeror is aware of that would be leveraged. Factor 2: Knowledge and Experience Factor: Knowledge and Experience will be evaluated based to determine the degree of demonstrated knowledge and experience Factor 3: Past Performance Factor: Past Performance will only be evaluated for those quotations receiving acceptable evaluations for Factors 1 and 2. Past Performance will be evaluated to determine the overall quality of service provided by the offeror. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST or its affiliates. Offerors shall provide a list of three (3) references to which similar services have been provided within the last three years. The list of references shall include, at a minimum: - Name of the contact person - Organization - Telephone number and email address of the contact person - Contract number (if applicable) - Amount of the contract (if applicable) - Address and telephone number or email address of the Contracting Officer (if applicable) In the case that an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance, but the degree of risk may be assessed. Factor 4: Price: Price shall be firm-fixed price for each document. Any discounts offered to the Government shall be identified. Past Performance and Price Factors shall be evaluated only for quotations determined to be technically acceptable in accordance with the Technical Acceptability and Past Experience Factors. The Government will not award solely on the basis of a relatively superior technical rating without concern for past performance, past experience, and price. To be eligible for award, offerors must currently be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. A DUNS number is required to register. To procure a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. Questions concerning this solicitation may be submitted in writing by email through myrsonia.diaz@nist.gov. Quotations may be mailed to the address in block 9, Attention: Myrsonia Diaz or Emailed to myrsonia.diaz@nist.gov. The RFQ number shall be prominently cited on the mailing label or in the subject of the email. Quotations are due at 4 PM pm EST on Monday, August 17, 2005. Offerors are encouraged to verify that their submissions have been received by Fax: 301-975-6273.
 
Record
SN00861163-W 20050805/050803211806 (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.