Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
SOLICITATION NOTICE

70 -- High Speed Video Recording and Analysis System - Minimum Specifications

Notice Date
3/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment 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
SB1341-10-RQ-0189
 
Archive Date
3/27/2010
 
Point of Contact
Keith Bubar, Phone: 3019758329
 
E-Mail Address
keith.bubar@nist.gov
(keith.bubar@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a list of the minimum technical specifications that the system must meet. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEIGN REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for quotation. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than seven (7) calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a size standard of 750 employees. This requirement will be competed as a total small business set aside. All offerors must meet the small business size standard of 750 employees for consideration. The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222.19, 522.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. The following Section 508 standards apply to this acquisition. For more information, go to www.section508.gov. 1194.24: Video and Multimedia Products 1194.31: Functional Performance Criteria 1194.41: Information, Documentation, and Support The National Institute of Standards and Technology (NIST) Acquisitions Management Division, on behalf of the NIST Intelligent Systems Division, requires a High Speed Video Recording and Analysis System. This instrument should have the capability to capture, record, and analyze high speed video images from macro to microscopic scale. This product must meet the minimum specifications that are detailed in the attached document titled "Minimum Specifications." Quotations must demonstrate that their solution meets these minimum specifications. Quotations must also include installation of the system and training for NIST employees on the use of the system. NOTE: Proof of prior experience is included as an evaluation factor for award, explained below. I. ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (b) Submission of offers. Submit signed and dated offers to keith.bubar@nist.gov. Offers must be received by March 12, 2010 at 10:00 am EST. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Evidence that the offeror meets the small business size standard of 750 employees. (4) The time specified in the solicitation for receipt of offers; (5) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. Offerors must demonstrate that their solutions meet the minimum specifications detailed in the attached document titled "Minimum Specifications." (6) Terms of any expressed warranty; (7) Price and discount terms; (8) "Remit to" address, if different than mailing address; (9) Acknowledgement of solicitation amendment(s); (10) FOB Destination based firm-fixed-price for each contract line item number, and any discount terms for those prices; (11)Evidence of the solution's compliance with the standards of Section 508 law that were specified above in the solicitation. The attached Voluntary Product Accessibility Template (VPAT) must be completed to demonstrate this compliance. For more information on Section 508 law, visit www.section508.gov. (12) 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. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer 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 offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers 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 offers 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. Delivery shall be FOB DESTINATION and shall take place not later than 30 days after contract award. All quotes shall be submitted so that they are received no later than 10:00 am Eastern Time on March 12, 2010 at keith.bubar@nist.gov. Faxed quotes will not be accepted. Evaluation Factors for Award: The Government intends to use a tradeoff process to award a purchase order to the responsible Offeror whose proposal represents the best value to the Government, evaluated cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest-cost/priced offeror or to the offeror with the highest technical rating if the Contract Specialist determines that to do so would result in the best value to the Government. Upon receipt of proposals, the Contract Specialist will review them to determine if each offeror followed all of the proposal preparation instructions in this solicitation. A proposal that did not follow the proposal submission instructions may be deemed unacceptable and may not be further evaluated. Each proposal will be evaluated against the factors described below. An offeror's failure to address any factor may be considered indicative of the offeror's lack of understanding of the Government's requirements and may result in the quotation being determined unacceptable. Evaluation Factors: 1. Compliance with the minimum specifications: The Government will evaluate the offeror based on whether or not the system offered meets the minimum technical specifications. This is considered the most important Non-Cost evaluation factor. 2. Proof of prior experience from two (2) previous customers: The Government will evaluate the offeror based on the evidence that they provide of business they have done with other customers regarding the system proposed for this solicitation. Evidence of business with other customers for solutions other than what they are offering per this solicitation will not be considered relevant. This evidence should include the name of the previous customer, the product that was sold, and the date of the transaction. 3. Compliance with Section 508 Law: The Government will evaluate the offeror based on the level of compliance with the standards of Section 508 that were specified above demonstrated by their system. These standards are 1194.24, 1194.31, and 1194.41. More information on Section 508 Law can be found at www.section508.gov. Attached is a Voluntary Product Accessibility Template (VPAT). Evidence of the level of compliance with section 508 shall be demonstrated via this template. All offerors must complete the necessary sections of the template and submit the completed template with their quotation. 4. Evaluated Cost/Price: The Government will evaluate whether the quoted cost/price is fair and reasonable in relation to the solicitation requirements and the requirement's estimated value, and is consistent with the offer's specifications. Factors 1 through 3 are Non-Cost factors. Factor 1 is weighted the heaviest of the Non-Cost factors. Factors 2 and 3 are both equal in weight. When combined, Factors 2 and 3 are approximately equal in weight to Factor 1. Factor 4 is the Evaluated Cost/Price factor. The weight of Factor 4 is approximately equal to the total weight of Factors 1 through 3. The Government may reject any or all quotations if such action is in the Government's interest. The Government may waive informalities and minor irregularities in quotations received. The Government intends to evaluate quotations and award a purchase order without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quotation should contain the offeror's best terms from a cost/price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Exchanges with Offerors after receipt of a quotation do not constitute a rejection or counteroffer by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0189/listing.html)
 
Place of Performance
Address: National Insitute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02082981-W 20100306/100304234730-18587b6f01231c5ce333a60247637458 (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.