Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

R -- Lobby Information Center Design Support

Notice Date
8/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541490 — Other Specialized Design Services
 
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-0610
 
Archive Date
8/20/2010
 
Point of Contact
Maria M. Gray, Phone: (301)975-5577, Mario A. Checchia, Phone: 301-975-8407
 
E-Mail Address
maria.gray@nist.gov, mario.checchia@nist.gov
(maria.gray@nist.gov, mario.checchia@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Lobby Information Center Design Support This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation Number SB1341-10-RQ-0610 is issued as a request for quotation. This solicitation is set aside exclusively for small business concerns. The North American Industry Classification Code (NAICS) is 541490. The NIST has a requirement for Lobby Information Center Design Support A. BACKGROUND The National Institute of Standards and Technology (NIST) was established by Congress in 1901 to "assist industry in the development of technology...needed to improve product quality, to modernize manufacturing processes, to ensure product reliability and to facilitate rapid commercialization...of products based on new scientific discoveries." An agency of the U.S. Department of Commerce, NIST's mission is to promote U.S. innovation and industrial competitiveness by advancing measurement science, standards, and technology in ways that enhance economic security and improve our quality of life. It carries out this mission through four main programs: • the NIST Laboratories, conducting research that advances the nation's technology infrastructure and is needed by U.S. industry to continually improve products and services; • the Baldrige National Quality Program, which promotes performance excellence among U.S. manufacturers, service companies, educational institutions, health care providers, and nonprofit organizations; conducts outreach programs and manages the annual Malcolm Baldrige National Quality Award which recognizes performance excellence and quality achievement; • the Hollings Manufacturing Extension Partnership, a nationwide network of local centers offering technical and business assistance to manufacturers; and • the Technology Innovation Program, which provides cost-shared awards to industry, universities, and consortia for research on potentially revolutionary technologies that address critical national and societal needs. Additional information about NIST programs is available on the NIST World Wide Web site at: http://www.nist.gov The purpose of this requirement is to procure the services of a design Contractor experienced in space planning and museum-quality exhibition design to create a NIST Lobby Information Center and exhibits that inform visitors about the full range of NIST programs and to make NIST's mission tangible and understandable to a wide range of visitors, including conference attendees from industry, government agencies, and academia, as well as school children and teachers. The NIST lobby is a multi-function space. It serves as the primary entry point for the Administration Building employees and as a primary reception area and entry point for NIST visitors and conference attendees. There are two primary areas which can be used for the Lobby Information Center (LIC) and planned exhibits: the Main Lobby and the Back Lobby (see enclosed drawing). The square footage of the main and back lobbies, including the connecting hallways is approximately 6000 square feet. In addition to providing an informative and attractive area for NIST staff, NIST has two major target audiences for LIC and exhibits: (1) adults who visit NIST for business, meet with NIST staff, or attend technical and educational conferences and (2) students, 8th grade through college, and teachers, who visit NIST on field trips. NIST estimates that approximately 15,000 adults visit NIST annually for professional reasons, with an additional 1500 students visiting for field trips, science fairs, and special demonstrations. The adult and school group audiences come to NIST with very different information needs, interests, and backgrounds. Professional adults may be seeking more information about specific NIST grant programs or technical services. A significant percentage of the professional audience includes scientists or technical specialists as well as foreign visitors. Students, more likely, will be interested in highly interactive experiences, while their teachers may need to link a visit to NIST with curriculum objectives. Because even "expert" adults are unlikely to have a full understanding of NIST or its work in areas outside their own fields, B. SCOPE OF WORK Exhibits currently displayed in the Administration Bldg. lobby were designed and built about 10 years ago in conjunction with NIST's centennial celebration. The goal of the present project is to re-create the Lobby Information Center with a more modern and sophisticated design that takes advantage of the major improvements in exhibit technology, especially interactive virtual environments, now available. The project includes the graphic and structural design of informational and interactive exhibits that will engage a diverse audience, as well as interior design of adjoining space for a reception area and informal meeting space. To the extent feasible, while simultaneously updating to more modern look, existing furniture, way finding signage and/or an existing wall structure for graphic panels should be utilized to moderate costs. The Contractor shall: 1. Provide a reception area that includes adequate space for a small reception desk, visitor seating, and access to telephones. 2. Provide information, signage, and other orientation features that visitors may need to help find the events listings, conference rooms, meetings, and offices, or other locations on the NIST campus. 3. Provide a kiosk or display space for easy access for NIST informational materials including publications, brochures, fliers, etc. 4. Make provisions for computer terminal access to the Internet. 5. Develop a floor plan that is handicapped accessible and incorporates adequate circulation and emergency egress for traffic flow through the LIC and its exhibits, and to and from the cafeteria, meeting rooms, auditoriums, and rest rooms that are located in the vicinity of the LIC and exhibits. 6. Increase awareness of NIST's mission, goals, four programs, and specific projects. 7. Increase understanding of NIST's historical and current importance in American science, technology, industry, and society by highlighting the critical role NIST has played throughout its history in U.S. technology and economic development. 8. Increase awareness of the central importance of measurement and standards in our economy and everyday life by: a. Introducing basic concepts of measurement, uncertainty in measurement, standards, precision, and tolerances. b. Illustrating applications of these basic concepts by showing a variety of familiar products and technologies. c. Highlighting key examples of how the development of measurement and standards have influenced culture and history. 9. Increase awareness of the importance of NIST's research on applied technology and technology development by: a. Illustrating links between basic scientific knowledge, technological research, and applied technology. b. Showing NIST's central contributions to applied technology. C. SPECIFIC TASKS The Contractor shall provide all support for project oversight, equipment, administration and technical execution of this contract. The Contractor is responsible for maintaining accurate records of project activities. The Contract shall provide on-site consultation with NIST staff throughout the duration of the project as needed. Services must include development and implementation of timely and cost-effective plans, oversight of task completion, progress reports, cost control, and documentation and reporting as required. The scope of work includes preparation of professional presentation materials and presentation in person by the leader of the design team to NIST officials to obtain full approval of the project design, cost projections, initial sketches, structural drawings, and other project plans. NIST anticipates that approximately 5 to 7 site visits to NIST will be necessary to discuss ideas, present the results of completed tasks, or supervise exhibit installation throughout the 12-month project. If additional site visits are necessary to complete the project, these costs will be paid by the contractor without additional charges to NIST. The Contractor shall provide professional full-service space planning, exhibit design, and oversight services and shall perform the following tasks, exercising effective quality control throughout the project: Task 1 Review existing materials including: 1. A Lobby Information Center plan to be developed by NIST staff 2. drawings and architectural plans of the existing space 3. Provide monthly progress/budget reports throughout the duration of the project in addition to specific reports for any meetings held with NIST representatives. Task 2 1. Meet with NIST public affairs, scientific, technical staff, and plant staff. 2. Conduct an on-site survey of the current LIC and exhibit space, identifying existing utilities, architectural details, etc. 3. Identify furniture or other existing elements that may be re-used and incorporated into project. 4. Clearly identify the division of work to be completed or undertaken by NIST and that which will be completed by contractors. 5. Collaborate with NIST staff to help determine information to be collected from lobby visitors by a separate exhibit evaluation vendor that will help inform the conceptual design of the exhibit space. TASK 3 1. Production of conceptual design drawings. 2. Develop a unified color scheme and aesthetic for the lobby area, and a traffic flow/space plan for the placement of exhibit elements and other lobby furniture. TASK 4 1. Interpretive planning 2. Exhibition design for interactive units. 3. Design of graphic display panels. 4. Design of exhibit objects, devices, and environments. 5. Development of audio-visual displays and other multi-media. 6. During design development, NIST suggests informal interviews or focus group sessions, where prospective visitors react to computer-based sketches, cardboard mock-ups, illustrations, or other descriptions of proposed exhibit units. TASK 5 1. Electronic and electrical design and engineering. 2. Mechanical engineering and design. 3. Specifications for improved signage 4. Production of plans, specifications, and construction documents for competitive bid. 5. Drafting an RFP for soliciting proposals for exhibit fabrication and installation services. 6. Recommend potential contractors for fabrication and installation of exhibits. NOTE: Between Tasks 5 and 6, NIST requires 4 months for public posting to request fabrication bids, and for receiving and reviewing bids for exhibition fabrication services. TASK 6 1. Fabrication and installation oversight for exhibits, displays, signage, and other elements necessary for completing the LIC and exhibit project. 2. Development of punch list prior to final acceptance of installation. D. DELIVERABLES AND DELIVERABLE DUE DATES The Contractor shall provide the following deliverables: Task 2 1. On-site survey report including list of existing elements that may be re-used and incorporated into project. Due no later than 90 days after award of this contract. 2. Field-measured drawing identifying existing utilities, architectural details, etc. Due no later than 90 days after award of this contract. 3. Clearly defined plan for sequence and division of work that will be undertaken by NIST and that which will be completed by contractors. Due no later than 90 days after award of this contract. 4. Feedback report on most relevant information from visitors that will help inform the design. Due no later than 90 days after award of this contract. Task 3 1. Finished floor plan Due no later than 90 days after award of this contract. 2. Sample board showing colors and finishes. Due no later than 90 days after award of this contract. 3. Renderings or elevations of key features. Due no later than 90 days after award of this contract. Task 4 1. Cardboard or computer sketch mock-ups, models, illustrations, or other suitable representations or descriptions of proposed exhibits and signage. Due no later than 150 days after award of this contract. 2. Feedback report on focus groups. Due no later than 150 days after award of this contract. Task 5 1. Construction plans and specifications. Due no later than 240 days after award of this contract. 2. Appropriate plans and specifications for exhibit fabrication and installation. Due no later than 240 days after award of this contract. Task 6 1. On-site inspection/supervision of fabrication and installation as necessary. Due no later than 400 days after award of this contract. 2. Punch list of unacceptable items to be fixed by the exhibit fabricator. Due no later than 400 days after award of this contract. 3. Final project report due no later than 400 days after award of this contract. Standards for Acceptance of Deliverables: The Technical Information Contact (TIC) will provide comments on each deliverable within 7 calendars days from receipt of a given deliverable. The contractor shall make any needed changes to the deliverables within 14 calendar days from receipt of electronic or written comments from the TIC. E. PERIOD OF PERFORMANCE AND PLACE OF PERFORMANCE The period of performance shall be 12 months after award of this contract. Performance will be on site at NIST, 100 Bureau Drive, Gaithersburg, MD campus, with the requirement to relocate to or operate from other locations in instances such as a disaster(s). Work shall be performed between the hours of 8:00 AM to 5:00 PM on normal workdays to enable face-to-face technical interactions with the TIC and other key NIST staff. Facility/Building/Campus Closures: During anticipated closure of the NIST Campus due to declared training holidays, administrative leave granted to the entire government staff, or other closure, contract employees may not be required to perform services, unless specifically scheduled. In the event of unplanned closure of the facility due to natural disasters, emergency, or severe weather, contract workers who are scheduled to work, shall not report to work unless notified differently by the TIC. Federal Holidays: The contract employee will not be paid on federal holidays unless contract employee is scheduled to work on a holiday and will be paid for hours worked at the hourly rate established in the contract. The following is a list of legal federal holidays as referred to elsewhere in the contract. Contract employees may be required to work on legal holidays as determined by the TIC or OU Division Chief. • New Year's Day, January 1st • Martin Luther King's Birthday, 3rd Monday in January • President's Day, 3rd Monday in February • Memorial Day, Last Monday in May • Independence Day, July 4th • Labor Day, 1st Monday in September • Columbus Day, 2nd Monday in October • Veteran's Day, November 11th • Thanksgiving Day, 4th Thursday in November • Christmas Day, December 25th F. GOVERNMENT-FURNISHED PROPERTY, DATA AND/OR INFORMATION All property, data and information provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. Upon contract award the Government will provide: 1. Draft Lobby Information Center plan prepared by NIST staff, 2. Architectural plans for the relevant lobby areas, 3. Contacts with NIST technical experts, 4. Background information on NIST and its mission and goals, 5. All exhibit captioning and other explanatory text, coordination and space for any planning sessions held at NIST headquarters, 6. Personal, telephone, and e-mail contact with the NIST project manager as necessary, and 7. Research assistance to the interpretive planner and will ensure that the current exhibit structure is removed in time for the new exhibits to be installed. G. RISK ASSESSMENT The HSPD-12 Security Risk Level assigned to this contract is low risk. H. PERFORMANCE REQUIREMENTS SUMMARY The Contractor shall ensure that all of the following performance requirements are met. 1. The proposed exhibits must be physically attractive in a manner that will invite, engage, and involve visitors. The exhibits shall not take a linear approach that emphasizes communicating concepts through text or teaching detailed, fact-based information. The exhibits must be striking visually and creative in other ways, so as to create a lasting impression. 2. To involve visitors who have different styles of learning, the exhibits must be multi-sensory to the extent possible. The exhibits must present real objects, compelling images, and/or interactive experiences in an integrated approach to achieve the maximum impact within the resources available. Interactive exhibits must provide choices and options to provoke interactions and not simply be "gimmicks" that are not directly related to the concept or subject matter at hand. 3. Exhibition content must be sharply focused and take an approach which emphasizes "depth, not breadth." A few graphic panels can provide essential background information on NIST's organization and specific programs. The balance of the exhibition must be devoted to displays, interactive, and essential exhibit text that convey the broad themes associated with NIST's mission and major activities, as outlined above. 4. To ensure that the exhibit can be regularly updated without costly structural changes, the design must explicitly provide ways through flat panel displays, replaceable graphic panels or other means, to be quickly and inexpensively revised with more current content within broad subject areas as the need arises. 5. A unified color scheme, aesthetic, and space plan must be developed to achieve a high-tech, elegant appearance that enhances visitors' first impression of NIST as a forward looking, highly credible, scientific organization. 6. The LIC and exhibits shall not be designed for a narrow age range or type of visitor. I. DELIVERABLES AND PAYMENT SCHEDULE The Contractor may invoice the Government upon receipt from the TIC that a given deliverable is of acceptable quality and that all other assigned tasks are up to date. J. CONTRACTOR'S MINIMUM QUALIFICATIONS The Contractor shall also have at least 5 years of experience in _museum-quality exhibit design and interpretive planning. K. GENERAL INFORMATION This work does not involve confidential or proprietary data. The certification and accreditation requirements of Clause 1352.239-73 do not apply and a security accreditation package is not required. Misconduct or Disruption of Services: At any time during the performance period of this contract, the TIC or Operating Unit (OU) Director may request the Contractor employee be immediately removed from the premises if they determine, at their unilateral discretion, that any of the Contractor employee's actions or impaired state to be a disruption to the workforce. Safety: The Contractor employee shall be responsible for knowing and complying with all installation safety prevention regulations. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. Patent Rights: The Government retains a Government use license to all inventions arising from this work. Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus. Identification Badges: Contractor employees shall comply with NIST identification and access requirements. The Contractor employee is responsible for absences due to expired identification and access documents. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office. The badge must show the full name, title, and if required by NIST, the words "Contractor" in front. The Contractor employee shall turn in the NIST identification badge and vehicle pass to the TIC or Contracting Officer (CO) upon termination of their services under this contract. Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle's rear view mirror in accordance with instructions. The Contractor employee shall follow NIST procedures for removal and turn-in of the vehicle pass upon termination of services under this contract. Media Inquiries: The Contractor employee shall not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the TIC and/or CO. There shall be no interviews, comments, or any other response without the knowledge and approval of the NIST Public Affairs Office. If further information is required about the facilities, please refer to the NIST website, www.nist.gov. Deliverables: As described in the PWS above. A delivery schedule will be established based upon the deliverables and inspection and acceptance as described in FAR clause 52.212-4. TIC : The Technical Information Contact is : to be determined, National Institute of Standards and Technology. Public and Business Affairs Office (107) Office: Administration (101), Room A907 100 Bureau Drive, Stop 1070, Gaithersburg, MD 20899-1070 Place of Performance: NIST Gaithersburg MD Price Quote - The contractor shall submit the best potential fixed fully-loaded hourly rate to provide the services of the PWS for comparison purposes. The resulting purchase order shall be negotiated on a firm fixed price basis. The award shall be made on a best value basis. The best value evaluation factors are Technical Capability, Experience, Past Performance and Price. The offeror shall submit: (a) Technical Understanding and Approach - The Offeror shall demonstrate its understanding of each type of work identified in the statement of work and describe in detail its approach to successfully completing each type of work in the timeframes required. (b) Experience Corporate Experience - The offeror shall describe its experience performing similar services. The offeror's description of its experience shall include, but not be limited to, the cumulative management and corporate experience in the areas of expertise highlighted in the Statement of Work. Key Personnel Experience - The offeror shall demonstrate the education, qualifications, capabilities, and experience of its Project Manager by submitting a resume. The Offeror shall also include a letter of commitment for the Project Manager covering the period of time he or she will be supporting this requirement. The offeror shall also address how it would replace the Project Manager with a similarly qualified and experienced individual in a timely manner. (c) Past Performance Information The offeror shall provide past performance information regarding all relevant contracts for the PAST 5 YEARS with federal, state or local governments and commercial customers. The information should describe contracts of a similar type and scope as the current requirement. If the offer intends to use another firm for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance it should include a statement to that effect in its proposal. The government reserves the right to consider data obtained from sources other than those described by the offeror in its proposal. The description of each contract described in this section shall not exceed a half page. For each of the above listed contracts, the offeror shall provide the following information: • Contract Number; • Description and relevance to solicitation requirements; • Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; • Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract. • Contracting Office - If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR), and their names and current telephone numbers and email address; • Contract Performance - A brief summary of performance provided; The offeror shall include information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. The factors, Technical Capability, Experience and Past Performance when combined are significantly more important than price. The evaluation factors are : (1) Technical Technical Understanding and Approach - The offeror's technical understanding and approach will be evaluated to determine the offeror's ability to successfully complete the requirements. NIST's evaluation of the offeror's technical understanding and approach will include an assessment of: (a) the offeror's understanding of the requirements of the SOW; (b) whether the offeror's approach will ensure timely performance of the requirements. (2) Experience -Corporate and Key Personnel The offeror's corporate experience will be evaluated to determine the nature and extent of the offeror's experience successfully executing similar projects. NIST will also consider the extent to which any awards or certifications, letters of appreciation, commendations, or industry recognitions of excellence indicate that the offeror has successfully completed similar contracts. The offeror's Key Personnel experience will be evaluated to determine whether they have the appropriate education, qualifications, capabilities, and experience to successfully supervise and implement the performance of the requirements and that the offeror's plan for replacing key personnel as necessary will facilitate seamless performance of the requirements (3) Past Performance NIST will evaluate the offeror's and, if appropriate, its subcontractors' past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance, NIST will evaluate the quality, timeliness, and the ability to control cost and schedule of the past work. (4) Price The proposed price will be evaluated but not scored. The price/cost evaluation will determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed price/costs must be entirely compatible with the technical proposal. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-44. The provisions and clauses may be downloaded at http://farsite.hill.af.mil/. The following provisions and clauses shall apply to this solicitation and are incorporated by reference: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electrically at the/these addresses: http://www.arnet.gov/far/ and http://oam.ocs.doc.gov/CAPPS_car.html. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52,212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical (ii) Experience, (iii) past performance, (iv ) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.217-8 Option to extend services; FAR 52.227-14, Rights in Data - General; CAR 1352.201-70, Contracting Officer's Authority (MAR 2000) ; CAR 1352.208-70, Printing (MAR 2000) ; CAR 1352.209-73, Compliance With The Laws (MAR 2000) ; Use the FAR version of the Harmless From Liability and CAR 1352.252-71, Regulatory Notice (MAR 2000) and other appropriate clauses as appropriate. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited toreview the above Performance Work Statement NIST's Lobby Information Center Design support an electronic response to be received no later than 5:00pm August 18, 2010 NIST Gaithersburg, Maryland time addressed to Maria Gray, Contract Specialist, National Institute of Standards and Technology, 100 Bureau Drive, Stop 1640 Gaithersburg, Maryland 20899-1640, email: maria.gray@nist.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The quote shall include the letter of transmittal, shall be limited to twenty-five (25) single sided pages. Submit quotes arranged in three sections as follows: Section I - Technical, Section II - Experience, Section III Past Performance, and Section IV - Price, firm fixed price for the required services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made, without discussion, to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NIST's receipt of quote. Any questions regarding this solicitation shall be submitted in writing to maria.gray@nist.gov by August 12, 2010, no later than 4:00pm EDT, The Government will only respond to written questions. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0610/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02226304-W 20100804/100802235748-a1e968f9da26c69ebbb13c73f1ea9a48 (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.