Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

36 -- Procurement of Lektriver units which will use existing carriers and trays and provide new shells

Notice Date
6/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
SB1342-09-RQ-LEK(2)
 
Archive Date
7/17/2009
 
Point of Contact
Michael S Scheuchenzuber, Phone: (703) 605-6116
 
E-Mail Address
mscheuchenzuber@ntis.gov
(mscheuchenzuber@ntis.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined 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 formal written solicitation will not be issued. The solicitation number is SB1342-09-RQ-Lek (2) and this solicitation is issued as a Request for Quotation (RFQ). The Government is utilizing FAR Part 13, Simplified Acquisition Procedures, for this acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-28. The associated North American Industrial Classification System (NAICS) code for this procurement is 518210 with a size standard of $25 million. This acquisition is being conducted for small businesses only and only small businesses may submit a quotation. This procurement will be handled as a “Best Value” procurement. Accordingly, the Government reserves the right to make an award to other than the low bidder. Nevertheless, the bidder’s proposed prices will be a significant factor in determining the winner. The U. S. Department of Commerce, National Technical Information Service (NTIS) has a requirement as follows: STATEMENT OF WORK --- PROCUREMENT OF LEKTRIEVER UNITS A.. BACKGROUND The National Technical Information Service (NTIS) of the U. S. Department of Commerce (DOC) is the official source for Government-sponsored U.S. and worldwide scientific, technical, engineering, and business-related information. NTIS may charge reasonable and justifiable service fees to other Government agencies for services performed (15 U.S.C. §1151-§1157, as amended). Through services to other agencies, NTIS helps recover its operating and modernization costs and remains self-sufficient, as required by law. The approximate date for this requirement is July 15, 2009. NTIS will provide the contractor with a more precise date as more move information becomes available. B. OBJECTIVES 2.1 The purpose of this task shall be to replace our existing storage units with new bases that will utilize exchangeable parts or sections from the existing units. 2.2 Individual storage trays shall be removed from each unit, stored in a secured manner, and reinstalled in order back into each unit in a manner that shall ensure proper weight balance and unit operation. 2.3 Dismantling and disposal of old units. C. PRICE PROPOSAL 3.1 The contractor shall provide cost information for the purchase, installation and disposal of: Seven base units that are capable of utilizing NTIS’ existing carriers and trays. 3.2 NTIS shall award this procurement of products and services based on “best value” to the government consisting of the following factors: oSpecial Features oTrade-in Considerations oSystem Life oWarranty oMaintenance Availability oPast Performance oEnvironmental and Energy Efficiency D. REQUIRED TASKS 4.1The contractor shall be notified of the actual move date approximately 10 business days in advance of the start date the services will be required. 4.2The contractor shall be required to provide units which are compatible to the units presently utilized by NTIS: Kardex Lektriever Model # 80 units. Each of these units is 10 feet in height, containing 18 carrier units with 4” X 6” trays. 4.3The contractor shall install each to the point that they may be safely moved into the new location and assume the responsibility for any damage done to the units during this process and for any damage done to the facilities during the move. 4.4The contractor shall perform general preventive maintenance on each unit as it is assembled at the new location. If it is determined that some worn or broken parts will need to be replaced, the contractor shall provide to NTIS a separate price quote at this time to cover the replacement parts. 4.5 The contractor’s proposal shall include a work schedule indicating how the contractor will accomplish the work. The normal NTIS work schedule for contractor work is Monday through Friday, 7:00 AM to 5:00 PM, excluding federal government holidays. The contractor shall indicate in the proposed work schedule any requests to work outside these hours or on weekends. E. LOCATION INSPECTIONS Potential bidders are encouraged to perform a site inspection visit of the actual equipment location at 5285 Port Royal Road, Springfield, VA 22161. The new facility is located at 5301 Shawnee Road, Alexandria, VA 22312. The distance between the two locations is approximately 4.2 miles. Both locations have direct access to loading docks. The actual room which will house the storage equipment at the new location is under construction and not yet completed. F. CONTACT INFORMATION Requests to visit and inspect the equipment and location should be directed to the attention of Daniel Ramsey. Mr. Ramsey can be reached at (703) 605-6703 or via e-mail at dramsey@ntis.gov. The following FAR provisions apply to this acquisition: 52.212-1 and 52.212-3. The following provisions also apply: The following FAR clauses apply to this acquisition: 52.212-4; 52.212-5, including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (4) 52.219-4, Notice of Price Evaluation preference for HUBZone Small Business Concerns; (8) U52.219-8, Utilization of Small Business Concerns; (16) 52.219-28, Post Award Small Business Program Representation; (17) 52.222-3, Convict Labor; (18) 52.222-19, Child Labor – Cooperation with Authorities and Remedies; (19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;(25) 52.222-50, Combating Trafficking in Persons; (27) 52.223-15, Energy Efficiency in Energy-Consuming Products; (32) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (37) 52.232-32, Payment by Electronic Funds Transfer-Central Contractor Registration. U. S. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. The procedures can be downloaded at www.nist.gov/admin/od/contract/agency.htm. QUOTATION SUBMISSION INSTRUCTIONS: Submission of quotations. Submit signed and dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show— (1) The solicitation number; (2) The name, address, and telephone number of the Offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Terms of any express warranty; (5) FOB Destination-based firm-fixed-price for each produce and service being offered and any discount terms; (6) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the Offeror shall complete electronically); (7) Acknowledgment of Solicitation Amendments; (8) A copy of license agreement(s) for offered software products; (9) Detailed information regarding Section 508 accessibility for each electronic and information technology product offered I the quotation; (10) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of quotations. The Offeror agrees to hold the prices in its quotation firm for 30 calendar days from the date specified for receipt of quotations, unless another time period is specified in an addendum to the solicitation. Multiple quotations. Offerors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotations. (1) Offerors are responsible for submitting quotations, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. (2)(i) Any quotation, modification, revision, or withdrawal of an quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition; and— (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotations; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotations and was under the Government’s control prior to the time set for receipt of quotations; or (C) If this solicitation is a request for proposals, it was the only proposal received. (2) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quotation wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (4) Quotations may be withdrawn by written notice received at any time before the exact time set for receipt of quotations. Oral quotations in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotations, quotations may be withdrawn via facsimile received at any time before the exact time set for receipt of quotations, subject to the conditions specified in the solicitation concerning facsimile quotations. A quotation may be withdrawn in person by an Offeror or its authorized representative if, before the exact time set for receipt of quotations, the identity of the person requesting withdrawal is established and the person signs a receipt for the quotation. (h) Purchase order award. The Government intends to evaluate quotations and award a purchase order without discussions with Offerors. Therefore, the Offeror’s initial quotation should contain the Offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. (i) Multiple awards. The Government may accept any item or group of items of a quotation, unless the Offeror qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the Offeror specifies otherwise in the quotation. (j) Data Universal Numbering System (DUNS) Number and Tax Identification Number (TIN). The contractor will be required to submit their DUNS Number, as well as their TIN Number. (k) Debriefing. If a post-award debriefing is given to requesting Offerors, the Government shall disclose the following information, if applicable: (1) The agency’s evaluation of the significant weak or deficient factors in the debriefed Offeror’s quotation. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed Offeror and past performance information on the debriefed Offeror. (3) The overall ranking of all Offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful Offeror. (6) Reasonable responses to relevant questions posed by the debriefed Offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. The Offeror shall submit its quotation to: National Technical Information Service Attn: Michael Scheuchenzuber 5285 Port Royal Road Room 1219 Springfield, Virginia 22161 The quotation shall include the RFQ number on the outermost packaging. The quotation shall be received by COB on Thursday, July 2, 2009. FAXED QUOTATIONS WILL BE ACCEPTED AT FAX NUMBER 703-605-6752, with a cover sheet which indicates ATTN: Michael Scheuchenzuber. IN ADDITION, QUOTATIONS MAY ALSO BE SUBMITTED BY E-MAIL TO MSCHEUCHENZUBER@NTIS.GOV. EVALUATION FACTORS FOR AWARD: The Government intends to award a single purchase order to the Offeror whose quotation is deemed to represent the best value to the Government, price and other factors considered. Evaluation factors include: A.Extent to which quoted solution meets or exceeds minimum requirements; The contractor submit an outline on how they intend to pursue the requirement. It should be no longer than 5 pages. The length of the outline is not important but the quality is. B.Past performance information for similar contracts/orders completed by the Offeror as a prime contractor within the past three years (in the event of no relevant past performance information, the Offeror will receive a neutral rating for this factor); and C.Price All questions regarding this solicitation shall be submitted to Mscheuchenzuber@ntis.gov no later than Tuesday, June 30, 2009. A written amendment will be posted to provide written responses to all questions received by that date; however, the names of the contractors who asked the questions will not be disclosed. The Government will not guarantee responses to questions received after June 30, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1342-09-RQ-LEK(2)/listing.html)
 
Place of Performance
Address: 5285 Port Royal Road, Springfield, Virginia 22161 and 5301 Shawnee Road, Alexandria 22312, Virginia, United States
 
Record
SN01858012-W 20090628/090626235901-f5b905c7ad76746d7b61fb5e5d337d39 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.