Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOLICITATION NOTICE

66 -- Vibration Isolation Pedestals - Installation Requirement - Statement of Work - Installation Requirement PAS 5500

Notice Date
10/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
NB687100-19-00131
 
Archive Date
10/31/2018
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Installation Requirement PAS 5500 Statement of Work Installation Requirement for FC 150 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. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ). All communications and documents must include the solicitation number, NB687100-19-00131. The contracting officer will not use, nor shall this solicitation be subject to the formal source selection procedures described in FAR Part 15. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, dated 8-22-2018. 1352.215-72 INQUIRIES (APR 2010) Please direct any questions regarding this solicitation to Angela Hitt, Contracting Officer at angela.hitt@nist.gov no later than 11:00 am Mountain Time, Friday, October 12, 2018. All responses to the 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000 employees. This requirement is being competed as full and open competition. All interested businesses may submit a quotation. The National Institute of Standards and Technology (NIST), requires two (2) Vibration Isolation Pedestals for two large tools to sit on. Please email your quote to me at angela.hitt@nist.gov. This solicitation shall close at 5 p.m. Mountain Time, on Tuesday, October 16, 2018. Please submit a firm-fixed price quote for the required pedestals per the attached Statement of Work. CLIN 0001: Rigid Vibration Isolation Pedestal for ASML 5500/80 Stepper per the attached Statement of Work. CLIN 0002: Rigid Vibration Isolation Pedestal for SET Devise Bonder FC150 per the attached Statement of Work. CLIN 0003: Rigging if required. CLIN 0004: Installation and Site Survey per the attached Statement of Work. CLIN 0005: Testing per the attached Statement of Work. CLIN 0006: Shipping and Handling per the attached Statement of Work. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in the associated solicitation. EVALUATION CRITERIA AND BASIS FOR AWARD: The Government intends to evaluate quotations and issue a firm fixed purchase order based on the initial quotations received, utilizing simplified acquisition procedures of FAR Part 13. The Government will evaluate quotes utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary. 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 quoter with the lowest priced quotation. The award will be made to the vendor whose submission represents the best value to the Government. The Government may award to other than the lowest priced Offeror or the highest technically rated Offeror utilizing trade-offs. Pricing will be evaluated separately from technical factors and used as a trade-off. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. The following factors shall be used to evaluate offers: Evaluation Criteria. Evaluation criteria consist of factors. The proposals will be evaluated under four evaluation factors: Technical Approach, Schedule/Delivery, Experience and Installation. In determining best value using trade-off, Technical Approach, Schedule/Delivery, Experience, and Installation are listed in order of importance. When combined, the non-price factors shall be significantly more important than price. •Factor I: Technical Approach •Factor II: Schedule/Delivery •Factor III: Experience •Factor IV: Installation •Factor V: Price Factor I, Technical Approach: 1.Submittal Requirements 1.1Contractors' shall submit technical approach and capability documentation which may include a narrative, charts, graphs, tables, drawings, and demonstrated authority to provide the necessary items and perform the required services identified in the Statement of Work. The documentation should clearly describe, in sufficient detail, the contractor's authority, proposed items, resources and methods which will be used to successfully fulfill the technical requirements including specifications, performance capability requirements, delivery schedules, and all service requirements per the Request for Quotations. Basis of Evaluation: Evaluation of this factor is a subjective evaluation of the contractor's demonstrated resources, capability and methods to meet all requirements. The contractor's submittals will be evaluated in terms of demonstrated understanding of the requirements and demonstrated capability to meet or exceed the requirements. This may include the authority to provide items, authority to provide the services, and the capability and method to successfully meet all the requirements including but not limited to item specifications, delivery schedule, rigging, installation and testing, etc. Factor II, Schedule/Delivery: 2.Submittal Requirements 2.1Contractors shall submit document(s) that clearly and unambiguously confirms delivery of all items and performance of services by required delivery/performance dates; or propose alternate delivery/performance dates. The schedule shall identify proposed item installation dates, testing dates, and any other critical date identified in the specification/Statement of Work. Basis of Evaluation: Evaluation of this factor will be evaluated to determine whether the Contractor understands the delivery/performance schedule requirements and whether the Contractor is capable of meeting the required delivery/performance schedule per the request for quotations. The Government may assess an earlier delivery/performance schedule ass more favorable and added value to the Government (Sooner is determined better). Factor III, Experience: 3.Submittal Requirements 3.1Contractor shall submit a Quotation that clearly demonstrates the Contractor's experience. This factor involves an assessment of the Contractor's experience in terms of relevancy as a means of evaluating the capability of the Contractor to successfully meet the requirements of the request for quotation. The Contractor shall provide the following information for a minimum of three relevancy projects to that of the requirement in the request for quotation. a)Experience For: Company Name, address, phone number and point of contact. b)Description of the work provided in terms of items and services provided. c)Date of delivery and dates of service provided Basis of Evaluation: Evaluation of this factor is a subjective evaluation of the Contractor's experience, in terms of relevancy, as a means of evaluating the capability of the Contractor to successfully meet the requirements of the request for quotation. Factor IV, Installation: 4.Submittal Requirements 4.1Contractor shall submit a Quotation that clearly and unambiguously identify the Contractor's approach to the installation of all equipment. The approach shall address personnel and resources, used, and actions the contractor proposes to minimize the impact to current NIST operations. Submittal shall clearly identify all assumptions and all requirements (i.e. door width, utility requirements, etc. for installation and full operation of the item/equipment). Basis of Evaluation: Evaluation of this factor is a subjective evaluation of the Contractor's demonstrated resources, capability and methods to meet all installation requirements with minimal impact to NIST current operations. Factor V, Price: 5.Submittal Requirements 5.1Contractor's shall submit a Quotation which will be evaluated for price reasonableness. Basis of Evaluation: The quoted price will be evaluated to determine whether the quoted prices are reasonable in relation to the solicitation requirements. Prices must be entirely compatible with the technical portion of the quotation. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the attached provision. 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 clauses within FAR 52.212-5 and which may be applicable to this acquisition are: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-4, Notice of Price Evaluation Preference for HUBZone 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 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act w/ Alt II 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: 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 quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter 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 52.232-13, Notice of Progress Payments CAR 1352.213-70, Evaluation Using 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 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 FAR 52.217-8, Option to Extend Services FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, FOB Destination FAR 52.242-15, Stop-Work Order CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-72, Restrictions Against Disclosure CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.270-70, Period of Performance CAR 1352.246-70, Place of Acceptance (APR 2010) (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 Shipping and Receiving 325 Broadway Boulder, CO 80305 NIST LOCAL-10, Delivery Instructions Contractor shall coordinate delivery (including installation and training if applicable) with the Technical Information Contact identified herein. 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. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/263447ced871fdd0294f6dc2c1441d36)
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN05118987-W 20181012/181010230637-263447ced871fdd0294f6dc2c1441d36 (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.