Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2009 FBO #2599
SOLICITATION NOTICE

91 -- SUPPLY E85 ETHANOL TANK AND INSTALL

Notice Date
1/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0018
 
Point of Contact
Robin Jeffries,, Phone: (301) 975-3601, Joan M Smith,, Phone: (301) 975-6458
 
E-Mail Address
robin.jeffries@nist.gov, joan.smith@nist.gov
 
Small Business Set-Aside
N/A
 
Description
Amendment #4 is being issued to: (1) revise the Government's method of evaluation, in its entirety, to read, "Award shall be made to the quoter whose quote is determined to be technically acceptable and is the lowest price. The Government shall evaluate information based on the following evaluation criteria: 1) Technical Evaluation; 2) Experience; 3) Past Performance; and 4) Price; (2) modify the Technical Evaluation Factor, to include the following information: “The Contractor (not subcontractor) shall be licensed in the State of Maryland to install fuel tanks above and below ground complete with support systems. The quoter shall provide documentation demonstrating an active license for above and below fuel tank installation. Quotes will not be evaluated if an active license is not provided with the quote”; (3) Companies who have previously provided quotes need not resubmit, however, they may submit revisions/additions to their original submitted quote; (4) All quoters, including those who may have previously submitted quotes, shall acknowledge this amendment #4, via email to robin.jeffries@nist.gov or fax to the attention of Robin Jeffries at (301) 975-6319; and (5) to extend the solicitation’s response date to Thursday, January 8, 2008 at 3:00 p.m. EST. Amendment #3 is being issued to: (1) extend the solicitation response date to Monday, December 22, 2008 at 3:00pm EST; and (2) add additional questions and responses file. Amendment #2 is being issued to incorporate the questions and answers file. 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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. ***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) 2005-27.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 325199 with a small business size standard of 1,000 employees. However, this requirement is 100% small business set aside.*** *** The National Institute of Standards and Technology is seeking to purchase and install one (1) Ethanol Tank with dispensing equipment. *** **All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) E85 Ethanol Tank with dispensing equipment, which shall meet or exceed the following specifications: Line Item 0002: Quantity One (1) Installation. Statement of Work (SEE ATTACHMENT #1) ***Performance shall be completed not later than 90 days after receipt of an order.*** *** Award shall be made to the quoter whose quote is determined to be technically acceptable and whose quote is the lowest price. The Government will evaluate information based on the following evaluation criteria: 1) Experience," 2) Past Performance, and 3) Price. TECHNICAL EVALUATION: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. PAST PERFORMANCE: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor’s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its’ affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The names of the customer (not contractor names); The name of the reference contact person and the company or organization; the telephone number, fax number and email, of the reference contact person; a short description of each project with dates; the contract or grant number; and the amount of the contract and the address and the telephone number of the Contracting Officer if applicable. If three (3) references cannot be provided for the same or similar equipment, the offeror must provide three (3) references to whom equipment has been provided. In addition, a description of the equipment sold to the three (3) references must be provided. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. EXPERIENCE: List experience of mechanics installing an above fuel tank to dispense motor fuels over the last four years. Mechanics names shall correspond to the past performance identified above. SAFETY PLAN: Upon award, the awarded Contractor shall submit a Safety Plan. See Attachment #2 for minimum requirements to be addressed in the Safety Plan. Performance of the requirements shall not proceed until the Safety Plan is approved by the Government. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons 52.225-1, Buy American Act – Supplies; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; ALTERNATE II 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address; 6) The contractor (not a subcontractor) shall be licensed in the State of Maryland to install fuel tanks above and below ground complete with support systems. Provide documentation demonstrating an active license for above and below fuel tank installation. *** Award will be made to the lowest price, technically acceptable offeror. It should be noted that the Government may place an award on the offeror’s initial quotation, however, if required, discussions/negotiations may take place. The Government intends on awarding a firm-fixed-price purchase order. This is a 100% Small Business Set Aside Combined Synopsis/Solicitation for equipment and installation as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror 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: Offeror shall list exception(s) and rationale for the exception(s) Please note that 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 quoted 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. ***All quotes shall be received not later than 3:00 PM Eastern Standard Time, on December 22, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Robin Jeffries. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Robin Jeffries) @ robin.jeffries@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-3601. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes ARE acceptable. Faxed quotes will NOT be accepted. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5ab63c0aad3fa426c96b7da2411fb9fb&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, MS1640, Building 301, Room B158, Gaithersburg, Maryland, 20879, United States
Zip Code: 20879
 
Record
SN01726910-W 20090107/090105215423-5ab63c0aad3fa426c96b7da2411fb9fb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.