Formaldehyde Monitor. (№10403523)

08 oct

Number: 10403523

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


08-10-2018

Description


Formaldehyde Monitor.Solicitation Number: 1333ND18QNB730463
Agency: Department of Commerce
Office: National Institute of Standards and Technology (NIST)
Location: Acquisition Management Division

Solicitation Number: 1333ND18QNB730463

Notice Type: Award

Contract Award Date: September 27, 2018

Contract Award Number: 1333ND18PNB730692

Contract Award Dollar Amount: $36380.00

Contract Line Item Number: All

Contractor Awarded Name: AERIS TECHNOLOGIES INC.

Synopsis: Added: Aug 30, 2018 1:27 pm I. AUTHORITY AND METHOD OF ACQUISITION:

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 written solicitation document will not be issued. This solicitation is being issued using Simplified Acquisition Procedures under the authority of Part 13- Simplified Acquisition Procedures.


This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-100, effective August 28, 2018.


The North American Industry Classification System Code 334516-Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees, is associated with the requirements. This RFQ is a Total Small Business Set-Aside.
In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information.
1352.215-72 INQUIRIES (APR 2010)


Offerors must submit all questions concerning this solicitation in writing to [email protected]. Questions should be received no later than 5 calendar days after the issuance date of this solicitation. Any responses to 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 backup point of contact is Lynda Horton, CO, email: [email protected].
(End of Provision)


II. REQUIREMENTS:


General Requirements:


The Contractor shall provide a Real Time Formaldehyde Monitor othat meets or exceeds all minimum technical requirements as described in the attached Specifications and Statement of Work.


III. CONTRACT LINE ITEM BREAK-OUT:


All offerors shall provide a Firm Fixed Price quotation for the following Contract Line Items (CLINS). All items provided by offerors (deliverables as applicable) must conform with the requirements detailed in the attached Specifications and Statement of Work.


IV. INSTRUCTIONS TO OFFERORS:


In accordance with FAR 52.204-7, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award.
Due Date and Time for Quotations:


Quotations shall be submitted via e-mail to [email protected] no later than the quotation due date/time: 9/14/2018, 12:00 PM (Noon) Eastern Time. It is the Offeror"s responsibility to ensure punctual delivery of the quotation. Offeror"s quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations received after the foregoing quotation due date/time shall not be evaluated and considered for award. The Offeror"s e-mail must reference the RFQ # in the subject line. Quotations shall remain valid for a minimum of 60 days from the date of receipt.


A) Submission Requirements:


There shall be no pricing information at all included in the Technical Quotation.
The technical quotation shall include the responses to Factor 1 below. The page limit for Factor 1 is twenty (20) pages. Any pages beyond the 20th page shall not be evaluated.


1) Factor 1: Technical Capability:


The offeror shall submit one copy of the technical quotation. The technical quotation shall address the following:


The offeror shall submit a technical description and/or product literature for the items it is proposing, which clearly identifies the CLIN number, SKU Identification (if applicable) manufacturer, part number, and each technical specification for the item (Formaldehyde Monitor) and services (training) it is proposing, which clearly identifies the requirements identified in the Specifications and Statement of Work.. The offeror must demonstrate that its quotation meets or exceeds all minimum technical requirements identified in the Specifications and Statement of Work. The contractor must not simply state it meets all minimum technical requirements; evidence must be provided.


In addition, the offeror shall include evidence that the offeror is authorized by the original manufacturer/publisher to provide the items in the quotation, if applicable.



2) Factor 2: Price Quotation:


The offeror shall submit one copy of the price quotation. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price quotation for each CLIN. Price quotations shall remain valid for a period of 60 days from the date quotations are due.


B) Additional Submission Requirements:


3) The Dun and Bradstreet Number (DUNS number) for the offeror"s active System for Award Management (SAM) registration. The offeror must have an active registration at www.SAM.Gov to receive an award.


4) The offeror shall include a completed copy of the 52.209-11 Provision, "Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015)" with their quotation.


5) The offeror shall include a copy of the offeror"s commercial price list, or in the absence of a commercial price list, documentation showing the prices at which the same supplies or/and services are sold to the offeror"s customers.


6) Acceptance of Terms and Conditions: This is an open-market solicitation for an item as defined herein. The Government intends to award a purchase order as a result of this solicitation that will include the clauses set forth herein. An offeror"s quotation must include one of the following statements:


"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."


OR


"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:


The offeror shall list the exception(s), deletion(s), or addition(s) and include the rationale for the exception(s), deletion(s), or addition(s).


Note: This procurement is not being conducted under the General Services Administration (GSA) Federal Supply Schedule (FSS) Program or another Government-Wide Acquisition Contract (GWAC). If an offeror submits a quotation based upon a GSA FSS Program Contract or GWAC, NIST can accept the price quotation. However, the terms and conditions stated herein will be included in any resultant purchase order, not the terms and conditions of the offeror"s GSA FSS Program Contract or GWAC, and the statement required above shall be included in the quotation.


V. BASIS FOR AWARD & EVALUATION CRITERIA:


A. Basis for Award:


Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price.


B. Evaluation Criteria:


Each quotation will be evaluated against the factors described below:


1) Technical Capability and 2) Price.


An offeror"s failure to address any factor may be considered indicative of the offeror"s lack of understanding of the Government"s requirements and may result in the quotation being determined unacceptable.


1) Factor 1: Technical Capability: Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed items meet or exceeds all minimum technical requirements. Quotations that do not demonstrate that the proposed items meet all minimum requirements will not be considered further for award. If an offeror does not indicate whether its proposed items meet all minimum requirements, NIST will determine that it does not.


2) Factor 2: Price: The Government will evaluate price for reasonableness.


VI. APPLICABLE PROVISIONS AND CLAUSES:


All provisions and clauses detailed in the attachment titled "Applicable Provisions and Clauses" are incorporated into this RFQ and will be incorporated into the resultant award, if applicable.


VII. ATTACHMENTS:


1. APPLICABLE PROVISIONS AND CLAUSES.
2. SPECIFICATIONS AND STATEMENT OF WORK

Added: Sep 07, 2018 8:04 pm The purpose of this amendment is to provide ANSWERS to QUESTIONS. Reference the attached QUESTIONS AND ANSWERS.pdf Added: Sep 24, 2018 6:40 pm

Amendment 2:


The purpose of this amendment is to remove a specification, incorporate a new specification, revise a specification, extend the due date for quotations, and incorporate a required submission, as follows:


The following specification is hereby removed from this requirement in its entirety:


The system must not have known interferences with nanoparticles or other chemicals present in indoor air.


The following specification is hereby incorporated into this solicitation as a minimum requirement:


The unit must have a thermal stabilization system capable of keeping the sampling device or sampling chamber at a constant temperature of +/- 0.02 °C or better.


The following specification is hereby revised as follows:


From: The accuracy of the system shall be within 1% at full range;


To: The accuracy of the system shall be within 1% at full range or the precision of the instrument must be less than 0.5 ppbv at 0.1% of reading


The due date for quotations is hereby extended through 4:00 pm eastern time on September 26, 2018.


No questions will be accepted.


In addition to the submission requirements identified in the solicitation, the contractor must identify the place of origin in which the proposed instrument is manufactured.


This solicitation remains a small business set aside, in accordance with the non-manufacturing rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information.


Any quotations received determined to be non-compliant with the small business set aside and non-manufacturing rule will not be considered for award.


All other terms remain unchanged.


Added: Sep 25, 2018 3:41 pm A. The purpose of this Amendment 3 is to change the NIST Point of Contact as follows:

1. The NIST Point of Contact is changed:
FROM: Mario Gray
TO: Lynda Horton


2. Quotations shall be submitted via e-mail to [email protected] no later than the quotation due date/time: 9/26/2018, 4:00 PM Eastern Time.


B. All other terms remain unchanged.



Please consult the list of

document viewers if you cannot open a file. APPLICABLE PROVISIONS AND CLAUSES.pdf Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: APPLICABLE PROVISIONS AND CLAUSES.pdf

Posted Date: August 30, 2018



APPLICABLE_PROVISIONS_AND_CLAUSES.pdf (627.98 Kb) Description: APPLICABLE PROVISIONS AND CLAUSES.pdf

COMBINED AND SYNOPSIS SOLICITATION.pdf Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: COMBINED AND SYNOPSIS SOLICITATION.pdf

Posted Date: August 30, 2018



COMBINED_AND_SYNOPSIS_SOLICITATION.pdf (378.65 Kb) Description: COMBINED AND SYNOPSIS SOLICITATION.pdf

SPECIFICATIONS AND STATEMENT OF WORK.pdf Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: SPECIFICATIONS AND STATEMENT OF WORK.pdf

Posted Date: August 30, 2018



SPECIFICATIONS_AND_STATEMENT_OF_WORK.pdf (223.64 Kb) Description: SPECIFICATIONS AND STATEMENT OF WORK.pdf

QUESTIONS AND ANSWERS.pdf Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: QUESTIONS AND ANSWERS.pdf

Posted Date: September 7, 2018



QUESTIONS_AND_ANSWERS.pdf (214.18 Kb) Description: QUESTIONS AND ANSWERS.pdf



Contracting Office Address: 100 Bureau Drive, Building 301
Room B130
Gaithersburg, Maryland 20899-1410
United States


Primary Point of Contact.: Lynda M Horton, Contract Specialist

[email protected] Phone: 3019753725