Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOLICITATION NOTICE

99 -- 3D Digital Image Correlation (DIC) software (with a one-year warranty}, appropriate calibration grids, and training. - Applicable Provisions and Clauses - SPECIFICATIONS-STATEMENT OF WORK--FINAL

Notice Date
7/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
SB1341-16-RQ-0751
 
Point of Contact
Mario Gray, Phone: 3019756107
 
E-Mail Address
mario.gray@nist.gov
(mario.gray@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATIONS-STATEMENT OF WORK--FINAL Applicable Provisions and Clauses I. AUTHORITY & INTRODUCTION: This is a combined synopsis/solicitation for commercial services 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 Part 13-Simplified Acquisition Procedures for Certain Commercial Items. This solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-88-1 effective 6/15/2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38.5 Million. This acquisition is being procured under a Total Small Business Set-Aside. The National Institute of Standards and Technology (NIST), Material Measurement Laboratory, Materials Measurement Science Division, Security Technologies Group performs a wide variety of high speed impact tests at rates that vary from a few meters per second to more than 500 m/s and on materials ranging from foam pads to high strength, ballistic-resistant fabrics. The group uses conventional and high speed video to document the response of materials during tests, and to provide quantitative analysis of material motion. To improve the group's capabilities, the group requires Digital Image Correlation (DIC) software that will allow two and three dimensional (3D) measurement of strains in materials under test by analysis of the high speed video. The software must be capable of working with the group's existing high speed video cameras and meet the specifications. II. SPECIFIC REQUIREMENTS: The Contractor shall provide 3D Digital Image Correlation (DIC) software (with a one-year warranty}, appropriate calibration grids, and training for NIST personnel on how to use the software as specified in the attached Statement of Work (SOW). III. CONTRACT LINE ITEM BREAK-OUT: Responsible quoters shall provide pricing for the following line items. All software provided by the Contractor (deliverables, warranty, and training) must conform with the requirements specified in the attached SOW. Non-conforming software, deliverables, warranty, and training will not be considered for award. Line Item 0001: 3D DIC Software for Analysis of Impact Tests of Materials. Reference the attached SOW for further details. Line Item 1001: Warranty for 3D DIC Software for Analysis of Impact Tests of Materials. Reference the attached SOW for further details. Line Item 2001: Training for 3D DIC Software for Analysis of Impact Tests of Materials. Reference the attached SOW for further details. IV. EVALUATION CRITERIA AND BASIS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, results in the Lowest Priced and Technically Acceptable quote to the Government. The following evaluation factors will be used to evaluate quotes: 1. Technical Capability 2. Price (Firm-Fixed) Technically acceptable means that the quoter's quote meets or exceeds the requirements specified in the attached SOW, the requirements of all Line Items and the requirements of the solicitation. If a quoter's quote does not demonstrate how it meets or exceeds the requirements specified in the attached SOW, then the quote will be evaluated as technically unacceptable. Technical Capability: -Technical capability shall be evaluated to determine whether the quoters's quote demonstrates that the quoter meets or exceeds the requirements specified in the attached SOW. - Technical capability shall be evaluated to determine whether the quoters's quote demonstrates that the quoter possesses an understanding of the attached SOW, the requirements of all Line Items and the requirements of the solicitation which meets or exceeds the requirements specified in the attached SOW. Price: Price will be evaluated for all quoters whose quotes are determined technically acceptable. NIST will evaluate the line item prices and the total price for reasonableness. The total price will be evaluated to determine whether: 1) the total price is consistent with the technical portion of the quote; and, 2) the total price is a fair, reasonable and realistic overall price in the Government's evaluation. V. DELIVERY: Delivery is required. Installation is not required. See the requirements specified in the attached SOW. VI. REQUIRED SUBMISSIONS All contractors shall submit the following via email to Mario.Gray@nist.gov: 1. For the purpose of evaluation of technical capability: - A technical quote demonstrating that the quoter's quote meets or exceeds the requirements specified in the attached SOW. - The quoter may include any other information that it deems necessary to demonstrate that it meets or exceeds the requirements specified in the attached SOW. 2. For the purpose of evaluation of Price: Quoters shall provide firm-fixed price quotes for each Line Item as specified in the CONTRACT LINE ITEM BREAK-OUT, and a total firm fixed-price inclusive of all required line items. 3. The quote shall contain, at a minimum, the following business items: a) The Name, DUNS number, address, telephone number and email address of the contractor. b) A statement accepting the terms and conditions in the solicitation to be included in the award document without modification, deletion, or addition, OR a statement that 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 [contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. c) A statement that the quote is valid for a minimum of 90 days from the date submitted c) Quoters shall include a completed copy of the attached provision, FAR 52.225-18, Place of Manufacture (MAR 2015). d) If the contractor's representations and certifications do not reflect the NAICS code governing this solicitation, contractors must submit documentation that they are a small business under the NAICS code governing this solicitation. e) The total number of pages of all required submissions shall not exceed 20 pages. Disclosures required by applicable clauses, such as FAR 52.212-3, do not count towards the page limitation. f) 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 a contractor submits a quote 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 Contract, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quote; VII. DUE DATE FOR QUOTES & QUESTIONS: E-mail quotes are required. Quotes must submitted to Mario Gray using the e-mail address: Mario.Gray@nist.gov, by 8/12/2016 3:00 P.M. Eastern Time. A quote shall be considered received when it is received in the electronic inbox of Mario Gray not later than the date and time identified herein. Quotes submitted after this time will be considered late and may be subject to rejection due to noncompliance with the solicitation submission requirements. FAX quotes will not be accepted. All questions regarding this notice must submitted to Mario Gray using the e-mail address: Mario.Gray@nist.gov, by 8/1/2016 3:00 P.M. Eastern Time. Questions submitted after this date may not be addressed by the Government prior to the quote submission due date. VIII. ATTACHMENTS: SPECIFICATIONS-STATEMENT OF WORK-FINAL Applicable Provisions and Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-16-RQ-0751/listing.html)
 
Record
SN04199397-W 20160730/160728234454-7f26aafd24846cf44cacd9c258b4faca (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.