Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

66 -- NB687100-15-02062 - REQUIREMENTS

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333242 — Semiconductor Machinery Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
 
ZIP Code
80305
 
Solicitation Number
NB6871001802062
 
Archive Date
8/3/2018
 
Point of Contact
Susan McKean, Phone: 3034975417
 
E-Mail Address
susan.mckean@nist.gov
(susan.mckean@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements FBO ANNOUNCEMENT: COMBINED SYNOPSIS/SOLICITATION SUBJECT: Indium Deposition System SOLICITATION NUMBER: NB687100-15-02062 RESPONSE DATE: July 19, 2018 CONTACT POINTS: Susan McKean, Contract Specialist 303.497.5417 DESCRIPTION: 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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5, SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 / 06-15-2018. The National Institute of Standards and Technology (NIST) is seeking to purchase *** Indium Deposition Systems *** The requirements statement is attached. This acquisition is 100% set aside for small businesses under the applicable small business size standard. NIST anticipates the award of a single, firm-fixed price purchase order. All vendors shall provide a firm-fixed price quotation in accordance with the Instructions to Vendors. This Request for Quotation (RFQ) is conducted under the authority of FAR 13, Simplified Acquisition Procedures, with NAICS code 333242 with a small business size of 1,500 employees. All communications and documents must include the solicitation # NB687100-18-02062. Please email your quote to susan.mckean@nist.gov. (complete unit and total price below) CLIN Nomenclature Qty Unit Price TotalPrice 0001 Indium Deposition System to include 1 Ea $ $ installation, training and one-year warranty covering parts, labor and travel as described in attached Requirements Document Delivery NLT 6 Months ARO FOB Destination This solicitation shall close at noon Mountain Time, Wednesday, 19 July 2018, Mountain Time(MT). Please direct any questions regarding this solicitation to Susan McKean at susan.mckean@nist.gov no later than noon, MT, Tuesday, 17 July 2018. Your quote must meet all the requirements of FAR 52.212-1, as well as include the following information: • Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications. • Firm fixed price quote for the IPDUs and sensors, Payment Terms: Net 30. • The requested delivery is NLT 6 months ARO • Inspection and Acceptance at Destination • FOB Destination including delivery cost for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. • Company DUNS No.: To be eligible for this award, the vendor must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offeror shall meet the technical requirements and deliverable schedule. Quote shall include shipping cost. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon technical acceptability and price. This will be a firm fixed price purchase order. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received. Therefore, the vendor's initial quotation should contain the vendor's best terms from a price and technical standpoint. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, vendors if later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise use the procedures described at FAR 15.306. The Government may reject any or all quotations if such action is in the public interest; and issue a purchase order to other than the vendor with the lowest priced quotation. Award shall be made to the vendor with the lowest priced, technically acceptable quote. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Failure to clearly and unambiguously demonstrate this will result in an "unacceptable" technical rating. PRICE: Price shall be evaluated for reasonableness. The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov.The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule. The vendors must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim The following provisions and clauses are also incorporated by reference into this solicitation: FAR 52.232-13, Notice of Progress Payments FAR 52.232-16, Progress Payments FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htmf FAR 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): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests CAR 1352.246-70, Place of Acceptance (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, 325 Broadway - Shipping and Receiving, Boulder, CO 80305. NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL-39 Marking/Packing Instructions If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual package/container in the shipment shall include deliverables on a per-CLIN or Item basis. For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the schedule. If more than one container is required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2" and the boxes, where feasible, should be taped or shrink-wrapped together as an issuable unit. The contract number and CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. In order to be eligible for this award, the vendor must be registered with the System for Award Management at www.sam.gov., and have completed the Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 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 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.225-18 - Place of Manufacture FAR 52.232-15, Progress Payments Not Included CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests 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 electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, Place of Acceptance (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST 325 Broadway, Boulder, CO 80305 NIST LOCAL-04, BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL - 39, MARKING/PACKING INSTRUCTIONS (1) If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual Package / container in the shipment shall include deliverables on a per-CLIN or Item basis. (2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2," and the boxes, where feasible, should be taped or shrink-wrapped together as an issuable unit. (3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. If you have any questions, please do not hesitate to contact Susie McKean at susan.mckean@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f1a5ae665ad08099654d45cc57d33c98)
 
Record
SN04987979-W 20180713/180711231423-f1a5ae665ad08099654d45cc57d33c98 (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.