Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOLICITATION NOTICE

66 -- Brand name only VIC Leak Detection MS60 Automatic Portable Leak Detector - Clauses

Notice Date
6/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
1333ND18QNB130113
 
Archive Date
7/7/2018
 
Point of Contact
Erik Frycklund, Phone: 3019756176
 
E-Mail Address
erik.frycklund@nist.gov
(erik.frycklund@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses COMBINED SYNOPSIS/SOLICITATION Procurement of a Brand name or Equal Dissolved Organic Carbon Analyzer for Size Exclusion Chromatographyonly VIC Leak Detection MS60 Automatic Portable Leak Detector 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 separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective 24 January 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000 Employees. This acquisition is being procured as a 100% small business set aside.using Full and Open competition. The National Institute of Standards and Technology's (NIST), Fabrication Technology Group(FTG) provides a wide range of engineering, fabrication and technical services to support the creation of unique measurement instruments and scientific apparatus needed by researchers. At times FTG needs to analyze oxygen levels within apparatuses designed by NIST staff and requires the purchase a MS-60 Automatic Portable Leak Detector, Mini Sniffer Probe, and Maintenance Kit. NIST currently owns one MS-60 detector and requires the same model due to interchangeability of accessories as well as seamless Material Measurement Laboratory's Nano Materials Research requires the purchase of a Dissolved Organic Carbon (DOC) Analyzer for high-performance Size Exclusion Chromatographytransition in the event one unit requires service. Both detectors being MS-60 units will also reduce staff training cost as familiarization is already established. This is a VIC Leak Detection brand name only solicitation and only VIC Leak Detection part numbers will be determined acceptable. Responsible quoters shall provide pricing for the following Line Items: Line Item 0001: One (1) GE Analytical M9 SEC Portable TOC Detector (or equivalent) meeting all the salient characteristics of the attached document. VIC Leak Detection PN 0142-901-00- MS-60 Automatic Portable Leak Detector with internal 10.6 cfm rotary vane pump. Line Item 0002: One (1) VIC Leak Detection PN 0142-045-00- MS-60 Mini Sniffer Probe Line Item 0003: One (1) VIC Leak Detection PN 0142-801-00- MS 60 Maintenance Kits consisting of O-rings, filters, filaments, pump oil, grease and tools. DELIVERY Delivery shall be within 360 days of the date of award. The items shall be shipped F.O.B. Destination to: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY 100 Bureau Drive Gaithersburg MD 20899-0001 FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically acceptable means that the Contractor provides a system that meets the requested products listed within this synopsis. Price will be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1.For the purpose of evaluation of Technical Acceptability: Quoters shall provide documentation that demonstrates the quoted instrument's ability to supply the requested products listed within this synopsis. For the purpose of Price: Quoters shall provide firm-fixed price quotations for all Line Items 0001. 2.Quoters shall include a completed copy of all required solicitation provisions contained in the attached Applicable Provisions/Clauses document (required provisions are highlighted) 3.Any award resulting from this solicitation will contain the following statement: "The Government's terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government's and contractor's terms and conditions, the Government's terms and conditions take precedence." If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor 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:" [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 as prevailing. 4.Quoters shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award. 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 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 contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1. Applicable Clauses & Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/1333ND18QNB130113/listing.html)
 
Record
SN04951843-W 20180614/180612230508-8348ec44a367f9060ee8c101b0957b57 (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.