Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

42 -- Commissioning of VESDA System - Attachments for RFQ #9-02975A

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
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
9-02975A
 
Archive Date
4/23/2009
 
Point of Contact
Debra Ann Rosa,, Phone: 301-975-3679, Debra Ann Rosa,, Phone: 301-975-3679
 
E-Mail Address
debra.rosa@nist.gov, debra.rosa@nist.gov
 
Small Business Set-Aside
N/A
 
Description
Statement of Work VESDA Laser Plus Product Guide VESDA Fire Alarm Device Layout VESDA Commissioning Guide NanoFab Facility Cleanroom Laboratory Manual CNST NanoFab Cleanroom Safety Manual Contractor Guidelines THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED EVALUATION OF OFFERS AND SOLICITATION FOR COMMERCIAL ITEMS AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND IS A REQUEST FOR QUOTATOIN (RFQ); A WRITTEN SOLICITATION WILL NOT BE ISSUED. TELEPHONE REQUESTS WILL NOT BE HONORED AND A BIDDERS LIST WILL NOT BE MAINTAINED. ***The National Institute of Standards and Technology (NIST) in Gaithersburg, MD requires VESDA commissioning/testing/certification services of an air sampling smoke detection system located in our AML Clean Room. The specific tasks are described in the Statement of Work (SOW) and other related attachments. *** ***This solicitation document #9-02975A and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, January 15, 2009. *** *** The associated North American Industrial Classification System (NAICS) code for this unrestricted acquisition is 561621. *** ***The work shall be performed in accordance with the US Department of Labor Wage Determination No. 2005-2103, Revision No. 7 dated March 16, 2009.*** ***All interested vendors shall provide a quote for the following line item: LINE ITEM 0001: Description: Contractor shall provide all supervision, labor, material and equipment for the VESDA commissioning and testing/certification of the air sampling smoke detection system located in the AML Class 100 Clean Room. Quantity: 1; Unit of Issue: Job. ***A Corporate Safety Plan is required to be submitted with the quotation. Performance of the requirements cannot proceed until the Corporate Safety Plan is approved by the Government.*** ***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.*** ***The Government intends to award a firm-fixed price purchase order as a result of this Combined Synopsis/Solicitation to the offeror that provides the lowest price, technically acceptable (LPTA) quote in accordance with the attached Statement of Work; related attachments; the terms and conditions set forth herein; and the following technical acceptability standards that shall be used for evaluation purposes: CORPORATE EXPERIENCE WITH PROJECTS SIMILAR IN SIZE, COMPLEXITY AND SCOPE The offeror shall have successfully completed two (2) projects that involved VESDA commissioning/testing/certifying a Class 100 Clean Room, within the last five (5) years, at a minimum value of $15,000.00 each to be considered technically acceptable. PROPOSED PROJECT TEAM The proposed Project Manager, as well as other personnel proposed to do the services required in this RFQ, must have successfully completed two (2) projects that involved the VESDA commissioning in a Class 100 Clean Room. In addition, the field service personnel providing the commissioning services shall be VESDA certified and factory trained by Xtralis, the manufacturer and parent company of VESDA, within the last two (2) years. In addition, technicians must be Level II certified through the National Institute for Certification in Engineering Technologies (NICET). Copies of such certifications are required with your quote. PAST PERFORMANCE Past Performance will be evaluated based on the references provided IAW FAR 52.212-1(b)(10) and an analysis of the responses from the contacts provided from the projects included in the corporate experience portion of the quote submission, and any other sources the Contractor or Contracting Officer may identify. Overall quality of performance, project schedule, responsiveness, adherence to order requirements, and customer satisfaction will be evaluated. In addition, the currency and relevance of the information, source of the information, context of the data, and general trends in Contractor’s performance will be considered. In order to conduct a past performance review, offerors shall provide a list of at least three (3) contacts including the vendor, e-mail address, phone number; contract number and dollar value of the contract; the address/e-mail address/telephone number of the Contracting Officer; and the date the services were completed. All relevant past performance evaluations shall be satisfactory or better. *** 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 Vendors-Commercial Items; 52.212-2 Evaluation-Commercial Items 52.212-3 Vendors Representations and Certifications-Commercial Items*** ***The following clauses apply to this acquisition: 52.204-7 CCR Registration; 52.204-9 Personal Identity Verification of Contractor Personnel 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; 52.222-3, 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 52.222-41, Service Contract Act of 1965, As Amended (JULY 2005); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) 52.225-1 Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.252-2 Clauses Incorporated by Reference The following Commerce Acquisition Regulations apply to this acquisition: 1352.216-70 Contract Type; 1352.211-70 Statement of Work/Specifications; 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DOC Site; 1352.201-70 Contracting Officer’s Authority; 1352.201-71 Contracting Officer’s Technical Representative; 1352.208-70 Printing; 1352.209-71 Organizational Conflict of Interest; 1352.214-70 Pre-Bid/Pre-Proposal Conference and Site Visit; 1352.228-70 Insurance Coverage; 1352.228-72 Deductibles Under Required Insurance Coverage ; 1352.233-70 Harmless from Liability; 1352.209-73 Compliance with the Laws; and NIST Local_04 Billing Instructions ***The clauses stated herein are not all inclusive and any additional clauses determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices may apply and be included in any award as a result of this solicitation.*** ***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 offerors shall submit the following: 1) An original quotation that addresses Line Item 0001 herein; the quotation must contain firm-fixed-prices as well as a breakdown (fully loaded labor categories and rates, and materials) of such prices. *** The Government reserves the right to make an award based solely upon initial quotes however, if required, discussions/negotiations may take place.*** ***Any inquiries or questions regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Debra Ann Rosa) at debra.rosa@nist.gov no later than 12:00 pm on March 27, 2009. *** *** Offerors are urged to participate in the scheduled site visit to view where services are to be performed. In no event shall failure to inspect the site constitute grounds for a claim after award. The site visit will be held on April 1, 2009 at 10:00 am in Bldg. 301 – Room A105 please e-mail requests to attend site visit, including full names as they appear on their pictured ID and country of citizenship to: debra.rosa@nist.gov by 1:00 pm on March 31, 2009. Any questions resulting from the site visit must be e-mailed to the Contract Specialist by April 2, 2009 by 12:00 pm.*** ***Interested parties must respond to this solicitation in order to be considered for an award. To be eligible for award, offerors MUST be registered with the Central Contractor Registry at www.ccr.gov*** *** The competitive solicitation, all attachments, any amendments, and any questions and answers related to this acquisition will be made only via the internet at http://www.fedbizopps.gov. – potential offerors are responsible for accessing the website. ***All quotes that address the line item herein must be received no later than 12:00 p.m. EST on April 8, 2009 to e-mail address: debra.rosa@nist.gov or be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Debra Ann Rosa, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Faxed quotes will NOT be accepted. *** ***Offerors shall ensure that the Reference number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivered 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 Contract Specialist (Debra Ann Rosa). 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.). Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the campus.*** Attachments: Contractor Guidelines; CNST NanoFab Cleanroom Safety Manual; NanoFab Facility Cleanroom Laboratory Manual; VESDA Commissioning Guide; VESDA Fire Alarm Device Layout; VESDA Laser Plus Product Guide; and Statement of Work
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f96ea83d2562de62f7998b28cce7cb1b&tab=core&_cview=1)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01777485-W 20090327/090325220108-f96ea83d2562de62f7998b28cce7cb1b (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.