Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

70 -- Data Acquisition Hardware - Minimum Requirements

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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-0717
 
Archive Date
9/8/2010
 
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 document decsribing the minimum functional requirements for the subject system. Offerors must adhere to this list of requirements. 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) 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a size standard of 500 employees. This requirement is being competed as a total small business size standard under the NAICS code 423430. All offerors are required to be small businesses under the size standard of 500 employees. APPLICABLE PROVISIONS AND CLAUSES: 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, 52.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. The following standards of Section 508 of the Rehabilitation Act of 1973 apply to this acquisition: 1194.26 - Desktop and portable computers 1194.31 - Functional performance criteria 1194.41 - Information, documentation, and support The National Institute of Standards and technology (NIST), Building and Fire Research Laboratory (BFRL) operates a Large Fire Laboratory (LFL) to conduct research experiments on large scale fires, structural response to fire and products of combustion. There is a need to expand the data acquisition (DAQ) and control hardware to accommodate new research in the areas of Greenhouse Gas Continuous Emissions Monitoring (CEM) and Structural Fire Resistance. An accurate, dynamic and flexible system is needed to support the wide range of measurement needs of the LFL users. The purpose of this acquisition is to upgrade and expand the LFL data acquisition and process control systems. This purchase is part of a larger effort to streamline the integration of all LFL's data acquisition systems. The data acquisition hardware will be converted to common TCP/IP protocol. Existing software will be further developed by NIST to integrate all subsystems into web-based user friendly data acquisition system with built-in quality control, safety monitoring and an early warning system. The system will broadcast information to LFL's users over the NIST network. Please see the attached MS Word document entitled "Minimum Requirements" for the minimum required specifications of the system. In order to be technically acceptable, an offer must adhere to this list of requirements. All part numbers, product descriptions, and quantities must match. ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted 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) The time specified in the solicitation for receipt of offers; (4) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any expressed warranty; (6) Price and discount terms; (7) "Remit to" address, if different than mailing address; (8) Acknowledgement of solicitation amendment(s); (9) FOB Destination based firm-fixed-price for each contract line item number, and any discount terms for those prices; (10)Evidence that the offeror is authorized by Original Equipment Manufacturers (OEM) to provide the required hardware and software, and (11). Offerors shall 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. (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: Delivery shall be FOB DESTINATION and shall take place not later than 30 days after contract award. 1. Delivery shall be made within 30 days of date of contractor acceptance of the purchase order. Delivery shall be FOB Destination to: National Institute of Standards and Technology Building 301 Shipping and Receiving 100 Bureau Drive Gaithersburg, MD 20899-001 2. All quotes shall be submitted so that they are received no later than 5:00 PM Eastern Time on August 24, 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: A. Technical Capabilities: The NIST will validate that a Contractor's technical quotation satisfies requirements. The NIST will assess how well a Contractor's technical quotation addresses NIST's requirements. A Contractor is not solely limited to discussion of these features. A Contractor may propose other features or attributes if the Contractor believes they may be of value to the NIST. If NIST agrees, consideration may be given to them in the evaluation process. In all cases, NIST will assess the value of each quotation as submitted. To enable NIST to determine the offeror's technical capability, the offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that the proposed equipment satisfies all of the technical requirements described in the statement of work. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The offeror should complete the attached "Minimum Requirements" document to include a line-by-line response to each requirement set forth herein. The Contractor shall respond as "exceed", "meets" or "does not meet". "Exceeds" means the Offeror meets every aspect of the required specification and exceeds one or more aspects of the required specification. The exceedance must be clearly documented in the quotation; "Meets" means the Contractor meets every aspect of the required specification as stated in the solicitation. There are no exceedances; "Does Not Meet" means the Contractor does not meet one or more aspects of the required specification. Those aspects that do not meet must be clearly documented in the quotation. The offeror shall also provide a reference to where its technical description of product literature supports the selection of "meets" or "exceeds." B. Evaluated Price/Cost: The Government shall evaluate offerors based on the proposed price of the overall solution. Factor A is considered to be more important than Factor B. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0717/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02242791-W 20100818/100817000011-9370511bacbb2ba4f759705e1cf936eb (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.