Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

59 -- GPS Carrier Boards

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment 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
NB688000-18-03919
 
Archive Date
9/28/2018
 
Point of Contact
Tiffany Atchison, Phone: 3034975628
 
E-Mail Address
tiffany.atchison@nist.gov
(tiffany.atchison@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i)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; PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. (ii)This solicitation is a Request for Quote (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-99, dated July 16, 2018. (iv)The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 - Input/output equipment, computer, manufacturing. The small business size standard is 1,000 Employees. This acquisition is restricted to small business. Simplified acquisition procedures will be utilized in accordance with FAR 13.1. (v)CONTRACT LINE ITEM NUMBERS (CLINs): 0001: Forty (40) custom PCI carrier boards for iLotus GPS receiver with: 1.mounting for iLotus M12M receiver 2.Two 1 pps outputs and one 10 MHZ SMB output 3.Uses standard Windows COM port drivers (vi)NIST Boulder has a requirement to purchase the above mentioned GPS Boards. (vii)Items will be shipped to 325 Broadway, Boulder CO 80305, by November 17, 2018. FOB Destination. Acceptance will occur within 30 days of receipt. (viii)The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix)The provision at 52.212-2, Evaluation-Commercial Items, as modified, applies to this acquisition. (a)BASIS OF AWARD: Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the solicitation's specifications. This will be a firm fixed price purchase order. TECHNICAL CAPABILITY: 1)The vendor shall submit capability documentation to clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined above. This may include a charts, graphs, tables, drawings, product / service literature, and demonstrated authority to provide the necessary items and provide the required items identified herein. The documentation shall clearly describe, in sufficient detail, the vendor's authority, proposed items, delivery schedules, and warranties. Evaluation of this factor is a subjective evaluation of the information provided in the quotation. This factor will be evaluated on an Acceptable / Unacceptable basis. The vendor's submittals will be evaluated to determine whether the proposed item demonstrates the ability to meet the minimum specifications. Failure to demonstrate a clear and unambiguous technical capability to meeting the specifications will result in an "Unacceptable" rating for this factor. 2)Past Performance. Provide at least three references who have purchased the items listed above. Evaluation of this factor is a subjective evaluation of the offeror's past performance. PRICE: 1)Submit a Firm Fixed Price Quote for CLIN 0001. Price shall include shipping. Price shall be evaluated for reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (x)Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offerors shall have an active registration at www.SAM.gov to be considered for award. ****Offerors must have NAICS code 334118 listed, and be a small business, under 52.219-1(c) of the Representations and Certifications.**** (xi)The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition as noted in the attached. a.52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) b.52.219-28 Post Award Small Business Program Representation c.52.222-3 Convict Labor d.52.222-19 Child Labor--Cooperation with Authorities and Remedies e.52.222-21 Prohibition of Segregated Facilities f.52.222-26 Equal Opportunity g.52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) h.52.222-50 Combatting Trafficking in Persons i.52.22-54 Employment Eligibility Verification (Aug 2013) j.52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving k.52.225-1 Buy American--Supplies (May 2014) l.52.225-13 Restrictions on Certain Foreign Purchases m.52.232-33 Payment by Electronic Funds Transfer-System for Award Management (xiii)Additional contract requirement(s) or terms and conditions necessary for this acquisition are: Department of Commerce Acquisition Regulation (CAR) clauses. - http://farsite.hill.af.mil/vfcara.htm 1352.201-70 CONTRACTING OFFICER's AUTHORITY The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) 1352.233-70 AGENCY PROTESTS (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: TIFFANY ATCHISON, CONTRACTING OFFICER 325 Broadway, MS 164 Boulder, CO 80403 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 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 (END OF CLAUSE) NIST LOCAL-54 ELECTRONIC BILLING INSTRUCTIONS NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. NIST LOCAL-53 CONTRACT PERFORMANCE DURING CHANGES IN NIST OPERATING STATUS Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status: Gaithersburg Campus Operating Status Line: (301) 975-8000 (800) 437-4385 x8000 (toll free) Boulder Campus Operating Status Line: (303) 497-4000 During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management's website at www.opm.gov for the Federal Government operating status. NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer's Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed. Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance. (END OF CLAUSE) (xiv)The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv)Offers are due Wednesday, August 22, 2018, at 4:00pm Mountain Time (MT). Offers shall be emailed to tiffany.atchison@nist.gov. (xvi)Offerors must submit all questions concerning this solicitation in writing electronically to tiffany.atchison@nist.gov. Questions must be received no later than June 26, 2018 at 12:00pm MT. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce8630772f468e7e2cb1df40bb2c1524)
 
Record
SN05043661-W 20180819/180817231132-ce8630772f468e7e2cb1df40bb2c1524 (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.