Colorado Bids > Bid Detail

WR-6 Thermoelectric Microcalorimeter Standards

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159058284130956
Posted Date: Sep 5, 2023
Due Date: Sep 7, 2023
Solicitation No: NB6720102302197
Source: https://sam.gov/opp/6a9ed4a698...
Follow
WR-6 Thermoelectric Microcalorimeter Standards
Active
Contract Opportunity
Notice ID
NB6720102302197
Related Notice
NB6720102302197
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
Office
DEPT OF COMMERCE NIST
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Sep 05, 2023 01:48 pm MDT
  • Original Published Date: Aug 15, 2023 02:14 pm MDT
  • Updated Date Offers Due: Sep 07, 2023 02:00 pm MDT
  • Original Date Offers Due: Aug 25, 2023 02:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 22, 2023
  • Original Inactive Date: Sep 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Boulder , CO 80305
    USA
Description

  1. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.






  1. Solicitation number NB672010-23-02197 is a Request for Quotation (RFQ) conducted under the authority of FAR 13, Simplified Acquisition Procedures. This RFQ, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 dated 5/01/2022.






  1. The associated NAICS 334515-Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals code has a small business size standard of 750 employees. This requirement is full and open competition.






  1. Attachments are as follows: Attachment A – Specifications, Attachment B – Experience Project Data Sheet, and Attachment C – Questions (Answers will be provided and posted to this RFQ) describing the requirements for solicitation NB672010-23-02197 for the following line item number(s) (CLINs) to include description of item(s), quantities, and units of measure (including any applicable option(s)).






  1. This RFQ is due on 8/25/2023, 2:00pm MST; Questions to this RFQ are due by 8/20/2023, 2:00 pm MST. Please use Attachment C – Questions and Answers for questions submission. Questions should be emailed to lia.arthofer@nist.gov





Item Number Supplies/Services Description QTY Unit of Issue Unit Price Amount



0001 - WR-6 thermoelectric microcalorimeter standards 1.1 to 1.13; qty: 3 each



*This shall be provided in accordance with the Specifications attached herein



0002 - Optional Line Item



Optional Line Item – Separately priced:



WR-6 thermoelectric microcalorimeter standards 1.1 to 1.13; qty: 3 each



*This shall be provided in accordance with the Specifications attached herein



Total Award Value = $



A Description of the requirements for the items to be acquired are in the attached Specifications. Date(s) and place(s) of delivery, acceptance, and FOB point are required in accordance with this RFQ.




  1. The provision at FAR 52.212-1, Instructions to Offerors—Commercial Items (JAN 2017), applies to this acquisition. Addenda to this provision is as follows:



All Offerors shall submit their quotations on letterhead to the email address stated herein by the date and time specified herein. All quotations shall contain, at a minimum, the information detailed below. If a quotation is missing any of the elements listed below, the quotation may be deemed unacceptable and may not be evaluated further.






  1. Quoters shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. The quotation shall include shipping costs. However, NIST reserves the right to ship under NIST provided account.





EVALUATION CRITERIA AND BASIS FOR AWARD:



The Government intends to evaluate quotations and issue a firm-fixed-price contract based on the initial quotations received, utilizing simplified acquisition procedures of FAR Part 13. The Government will evaluate quotations utilizing the procedures of FAR 13.106-2 Evaluation of quotations. The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with, one or more, but not all, offerors 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 contract to other than the offeror with the lowest priced quotation.



The award will be made to the offeror whose quotation 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. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. The non-price factors: Technical Approach and Experience, when combined, are significantly more important than price. The following factors shall be used to evaluate quotations:



Evaluation Criteria. Evaluation criteria consist of four factors, which consist of three non-price factors and price. The quotations will be evaluated under four non-priced evaluation factors, which are listed in order of importance: Technical Approach, Experience, and Price factors.




  • Factor I: Technical Approach

  • Factor II: Experience

  • Factor IV: Price



Factor I, Technical Approach:



Submittal Requirements



The offeror shall submit approach and capability documentation, which may include a narrative, charts, graphs, tables, drawings, product/service literature, and demonstrated authority to provide the necessary items and perform the required services identified in the statement of work (SOW). The Technical Approach is defined as the offeror’s proposed solution(s) to successfully fulfill the contract requirements, that include the required rapid-cooldown system with associated minimum temperature, cooldown time, sample space area, cryogen-free operation, and continuous operation. The documentation shall clearly state, in sufficient detail, the offeror’s authority, quotation items, resources, and methods to successfully fulfill the requirements, including tasks, performance capability requirements, delivery schedules, and all service requirements per the Request for Quotation (RFQ).



Basis of Evaluation: Evaluation of this factor is a subjective evaluation of the offeror’s demonstrated resources, capability, and methods to meet all requirements. The offeror’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 the required items and provide the required services, and the capability and method to successfully meet all the requirements, including but not limited to items, services requirements, delivery schedule, etc.



Factor II, Experience:



Submittal Requirements



The offeror shall submit a maximum of four (4) projects that best demonstrate their company’s experience performing relevant projects. Each project shall be submitted utilizing Experience Submittal Form. For all submitted projects, the description of the project shall clearly describe the scope of work performed and the relevancy to the project requirements of this RFQ.





A relevant project is defined as a project that is similar in size, scope, and complexity to that of the RFQ. Projects submitted for the offeror must be completed within the past five (5) years of the date of issuance of this RFQ.





The attached Attachment C: Experience Submittal Form is MANDATORY and SHALL be used to submit project information. Individual blocks on this form may be expanded; however, the total length for each project data sheet shall not exceed eight (8) single-sided pages (or four (4) double-sided pages).





Basis of Evaluation:



The assessment of the offeror’s submittals will be used as a means of subjectively evaluating the offeror’s demonstrated breadth and depth of experience in performing similar/relevant projects as defined in the solicitation requirements. Project relevancy will be assessed based on a graduate scale. The assessment of the offeror’s relevant experience will be used as a means of evaluating the capability of the offeror to successfully meet the requirements of the RFQ. The Government will only review four (4) Relevant Experience projects in the order of submittal. Any projects submitted in excess of the four (4) relevant projects will not be considered.



Factor III, Price:



Submittal Requirements





The offeror shall provide a Firm-Fixed-Price for each line item and a total price for the sum of all line items.



Basis of Evaluation: The price(s) quoted in response to the solicitation will be evaluated for reasonableness. The Government will not conduct price realism as a part of price evaluation.



Offeror shall submit an FFP quotation in addition to the summary price quotation, if applicable. The price quotation shall include complete support documentation, which clearly identifies major materials, components, and services along with their associated prices. The price quotation shall also identify any elements that will be subcontracted. The price quotation documentation shall clearly substantiate how the total price was derived. The Government has the right to require a price breakdown if needed to evaluate price fairness, reasonableness.



In addition, the offeror’s price quotation shall also identify any requested payment schedule terms. All payment schedule terms shall be directly tied to contract deliverables and/or major contract milestones.





The provision at FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this acquisition. The Government will award a firm fixed price purchase order using trade-off.





PRICE: The quoted price will be evaluated for reasonableness. The contracting officer with compare the price to competitive quotes received and compare the price to the Independent Government Estimate per FAR 13.106-3.






  1. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.






  1. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.






  1. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited are applicable to the acquisition:





52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards



52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors



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 for Veterans



52.222-50, Combating Trafficking in Persons



52.223-18, Contractor Policy to Ban Text Messaging While Driving



52.225-1, Buy American Act—Supplies



52.225-5, Trade Agreements



52.225-13, Restrictions on Certain Foreign Purchases



52.232-33, Payment by Electronic Funds Transfer





The following additional contract requirement(s) and additional terms and conditions are necessary for this acquisition and consistent with customary commercial practices are as follows:






  1. All communications and documents must include the RFQ #NB672010-23-02193 and Subject Title: WR-4 Thermoelectric Microcalorimeter Standards

  2. The quotations shall include the following information:

    1. Information enough to demonstrate you can meet or exceed the requirements in the Specifications.

    2. Firm fixed price quote.

    3. Payment Terms: Net 30.

    4. Delivery of goods and installation shall be completed no later than November 1, 2021. NIST will install this system.

    5. FOB Destination including shipping cost for delivery to:





DOC – NIST



325 Broadway



Boulder, CO 80305-3328








      1. Delivery point of contact will be provided upon award. (NIST reserves the right to ship using the NIST Account).





  1. Company DUNS No. In order to be eligible for this award, the Offeror must have and maintain an active registration at the System for Award Management at www.sam.gov., and have completed 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.

  2. Inspection: Inspection and Acceptance is expected to take 21 business days.





52.217-4 EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD (JUN 1988)



Except when it is determined in accordance with FAR 17.206(b) not to be in the Government`s best



interests, the Government will evaluate the total price for the basic requirement together with any.



option(s) exercised at the time of award.



(End of Provision)





52.217-5 EVALUATION OF OPTIONS (JUL 1990)



Except when it is determined in accordance with FAR 17.206(b) not to be in the Government`s best



interests, the Government will evaluate offers for award purposes by adding the total price for all



options to the total price for the basic requirement. Evaluation of options will not obligate the



Government to exercise the option(s).



(End of Provision)





52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)



The Government may require the delivery of the numbered line item, identified in the Schedule as



an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer



may exercise the option by written notice to the Contractor within 14 days of expiration of the



contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.



(End of Clause)





52.225-18 PLACE OF MANUFACTURE (AUG 2018)



(a) Definitions. As used in this provision;



"Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999,



except--



(1) PSC 5510, Lumber and Related Basic Wood Materials;



(2) Product or Service Group (PSG) 87, Agricultural Supplies;



(3) PSG 88, Live Animals;



(4) PSG 89, Subsistence;



(5) PSC 9410, Crude Grades of Plant Materials;



(6) PSC 9430, Miscellaneous Crude Animal Products, Inedible;



(7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products;



(8) PSC 9610, Ores;



(9) PSC 9620, Minerals, Natural and Synthetic; and



(10) PSC 9630, Additive Metal Materials.



"Place of manufacture" means the place where an end product is assembled out of components, or



otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.



(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly:





[ ] (1) In the United States (Check this box if the total anticipated price of offered end



products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or



[ ] (2) Outside the United States.



(End of provision)





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



FAR 52.204-7, System for Award Management



FAR 52.204-16, Commercial and Government Entity Code Reporting



FAR 52.204-20, Predecessor of Offeror



FAR 52.225-18, Place of Manufacture



FAR 52.232-15, Progress Payment Not Included



FAR 52.243-1, Changes-Fixed Price





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): at http://acquisition.gov/comp/far/index.html





FAR 52.204-13, System for Award Management



FAR 52.204-18, Commercial and Government Entity Code Maintenance



FAR 52.204-19, Incorporation by Reference of Representations and Certifications



FAR 52.204-21, Safeguarding.



FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors



See Deviation Clause (only as applicable)





CAR 1352.201-70, Contracting Officer’s Authority



CAR 1352.209-73, Compliance with the Laws



CAR 1352.209-74, Organizational Conflict of Interest





FAR 52.247- 34, FOB Destination



The term "f.o.b. destination," as used in this clause, means-- (1) Free of expense to the Government, on board the carrier`s conveyance, at a specified delivery point where the consignee`s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee`s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall-- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Clause)





52.247-48 FOB Destination-Evidence of Shipment



(a) If this contract is awarded on a free on board (f.o.b.) destination basis, the Contractor-



(1) Shall not submit an invoice for payment until the supplies covered by the invoice have been shipped to the destination; and



(2) Shall retain, and make available to the Government for review as necessary, the following evidence of shipment documentation for a period of 3 years after final payment under the contract:



(i) If transportation is accomplished by common carrier, a signed copy of the commercial bill of lading for the supplies covered by the Contractor’s invoice, indicating the carrier’s intent to ship the supplies to the destination specified in the contract.



(ii) If transportation is accomplished by parcel post, a copy of the certificate of mailing.



(iii) If transportation is accomplished by other than common carrier or parcel post, a copy of the delivery document showing receipt at the destination specified in the contract.



(b) The Contractor is not required to submit evidence of shipment documentation with its invoice. (End of clause)





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:



DOC-NIST



325 Broadway



Boulder, CO 80305-3328





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



Instructions: use in all awards that require electronic submission of invoices.



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.






  1. The Defense Priorities and Allocations System (DPAS) and assigned ratings are NOT applicable to this acquisition.






  1. The solicitation will close on the date and time specified herein this beta.SAM.gov posting. All quotations shall be delivered electronically by the specified close date and time to Lia Arthofer, Contracting Officer, at lia.arthofer@nist.gov.






  1. For information regarding this solicitation, contact the Contracting Officer at lia.arthofer@nist.gov or via phone at 303-497-5573.








Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 100 BUREAU DR.
  • GAITHERSBURG , MD 20899
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >