Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

44 -- High Temperature Furnace - Statement of Work

Notice Date
7/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-15-RQ-0633
 
Archive Date
8/13/2015
 
Point of Contact
Erik Frycklund, Phone: 3019756176
 
E-Mail Address
erik.frycklund@nist.gov
(erik.frycklund@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and 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 written solicitation document will not be issued. This solicitation is being issued using Simplified Acquisition Procedures under the authority of FAR Part 13 - Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, effective May 7th, 2015. The associated North American Industrial Classification System (NAICS) will be 333414- Heating Equipment (except Warm Air Furnaces) Manufacturing with a size standard of 500 employees. This acquisition is being competed using Full and Open Competition. The National Institute of Standards and Technology (NIST) requires the purchase of a high temperature furnace that can withstand rapid cycling over extended periods and has a replaceable MoSi2 heating elements. The mission of the Thermodynamics and Kinetics Group (TKG) of the Material Measurement Laboratory's Materials Science & Engineering Division (MSED) is to resolve the outstanding challenges in materials microstructure/property prediction and control. The goal is to develop measurement science and data that prove of significant value to industry. The group's research ranges over a wide scope of materials phenomenon employing a variety of experimental, theoretical and computational techniques. TKG melts and processes its own high purity metallic alloys and characterizes them for thermodynamic, kinetic, and other thermo-physical properties; with the purpose of developing composition and temperature dependent descriptions of properties of industrial importance. SPECIFIC REQUIREMENTS The Contractor shall perform therequirements identified in the attached Statement of work. EVALUATION CRITERIA AND BASIS FOR AWARD Award shall be made to the Offeror that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirement," and 2) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all minimum specifications, and clearly documents that the offered product meets the minimum specifications required. REQUIRED SUBMISSIONS All Offerors shall submit all of the following: 1) A firm fixed price quotation: 2) A description and/or product literature which clearly demonstrate that all minimum requirements set forth in the Statement of Work have been met. 3) Description of commercial warranty; 4) This is an Open-Market Combined Synopsis/Solicitation for a High Temperature Furnace as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) 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, and the statement required above shall be included in the quotation; 5) The DUNS # for the Offeror's active System for Award Management (SAM) registration. Offeror must have an active registration at www.SAM.Gov to be considered for award. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov 52.252-1, Solicitation Provisions Incorporated by Reference- This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov. If paragraph (j) of the provision applies, a written submission is required; 52.252-2, Clauses Incorporated by Reference- 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 electronically at this/these address(es): www.acquisition.gov The following clauses apply to this acquisition: 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post Award Small Business Program 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, Equal Opportunity for Workers with 52.222-50, Combating Trafficking in Persons. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-22, Previous Contracts and Compliance Reports 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 1352.201-70, Contracting Officer's Authority (April 2010) 1352.209-73, Compliance with the Laws (April 2010) 1352.209-74, Organizational Conflict of Interest (April 2010) 1352.215-72, Inquiries - Offerors must submit all questions concerning this solicitation in email to Erik Frycklund at erik.frycklund@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. 1352.233-71, GAO and Court of Federal Claims Protests (April 2010) 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. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) (1) In accordance with Sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by the Consolidated and Further Continuing Appropriations Act, 2015 funding may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where an awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0633/listing.html)
 
Record
SN03796934-W 20150716/150715000141-a68a99e4f35d1ebbf50a1e2a53813813 (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.