Search Contract Opportunities

Repair/Maint for STS Mesc Multiplex ICP

ID: NB687100-17-04413 • Type: Synopsis Solicitation

Description

This is a combined synopsis/solicitation for commercial services and goods prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This solicitation, NB687100-17-04413, is issued as a request for quotation (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.

The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $2,050,000.00. This is total small business set-aside. It is being issued using the simplified acquisition procedures under the authority of FAR 13 Simplified Acquisitions.

This combined synopsis/solicitation is for the following commercial services(s) and items:

CLIN 0001: Repair Operations-Labor
CLIN 0002: Travel, Air Fare, Car Rental or POV Mileage and Per Diem (Lodging/Meals/Incidentals) NTE: Travel shall be in accordance with GSA Federal Travel Regulations, 41 CFR
CLIN 0003: Parts as determined during Repair Operations of CLIN 0001
CLIN 0004: Preventative Maintenance Service per the attached Statement of Work

All communications and documents must include the solicitation # NB687100-17-04413. Please email your quote to me at angela.hitt@nist.gov.

This solicitation shall close on 5 p.m. Mountain Time, Tuesday, August 1, 2017. Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Friday, July 28, 2017.

Your quote must meet all of 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 Statement of Work.
Firm fixed price quote for Repair Operations, parts determined during Repair Operations, and Preventative Maintenance Service.
Payment Terms: Net 30.
The required period of performance up to 4 weeks ARO for repair and Service Contract 1-year from ARO. FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.
Company DUNS No. In order to be eligible for this award, the quoter 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.

BASIS OF AWARD:

Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached specifications. 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 quoter's initial quotation should contain the quoter'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, quoters 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 quoter with the lowest priced quotation.

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 provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule.

FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above).

The quoter 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:

52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government' Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Set-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
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy to Ban Text Messaging While Driving
52.225-1, Buy America Act-Supplies
52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act w/ Alternate 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 (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 1352.213-70, 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

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 52.217-8, Option to Extend Services
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.242-15, Stop-Work Order
FAR 52.245-1, Government Property
FAR 52.246-4, Inspection of Services-Fixed Price
FAR 52.247-34, FOB Destination

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 1352.237-71, Security Processing Requirements-Low Risk Contracts
CAR 1352.270-70, Period of Performance

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-10 Delivery Instructions
Contractor shall coordinate delivery (including installation and training
if applicable) with the Technical Information Contact identified herein.

NIST LOCAL -36, Travel Note.

(a) The government will reimburse the contractor for all necessary expenses in connection with travel authorized pursuant to this order/contract. Costs incurred for lodging, meals, and incidental expenses shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations prescribed by the General Services Administration.

(b) Subsistence is authorized in accordance with the DoC and Federal

Travel Regulations. Invoices requesting reimbursement for travel must be

accompanied by itemized paid receipts. The invoices must be submitted to the payment office specified elsewhere in this order/contract. Services Administration.

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.

Overview

Response Deadline
Aug. 1, 2017, 8:00 p.m. EDT Past Due
Posted
July 25, 2017, 4:02 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
U.S. Department of Commerce National Institute of Standards and Technology (NIST) Acquisitions Management Division 325 Broadway BOULDER, CO 80305 USA
Source
SAM

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 7 days, below average for the National Institute of Standards and Technology. 95% of obligations for similar contracts within the National Institute of Standards and Technology were awarded full & open.
On 7/25/17 National Institute of Standards and Technology issued Synopsis Solicitation NB687100-17-04413 for Repair/Maint for STS Mesc Multiplex ICP due 8/1/17. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811219 (SBA Size Standard $22 Million) and PSC J.
Primary Contact
Name
Angela L. Hitt   Profile
Phone
(303) 497-7305

Documents

Posted documents for Synopsis Solicitation NB687100-17-04413

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation NB687100-17-04413

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation NB687100-17-04413

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation NB687100-17-04413

Additional Details

Source Agency Hierarchy
COMMERCE, DEPARTMENT OF > NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY > DEPT OF COMMERCE NIST
FPDS Organization Code
1341-000SB
Source Organization Code
100182905
Last Updated
Aug. 16, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 16, 2017