X-Ray Diffractometer System (№9543000)

17 aug

Number: 9543000

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


17-08-2018

Description


X-Ray Diffractometer SystemSolicitation Number: 1333ND18QNB640194
Agency: Department of Commerce
Office: National Institute of Standards and Technology (NIST)
Location: Acquisition Management Division

Solicitation Number: 1333ND18QNB640194

Notice Type: Award

Contract Award Date: August 14, 2018

Contract Award Number: 1333ND18PNB640293

Contract Award Dollar Amount: $375000 ($441124 total amount with option CLINS)

Contractor Awarded Name: BRUKER AXS, INC.

Synopsis: Added: Jul 09, 2018 2:59 pm COMBINED SYNOPSIS/SOLICITATION 1333ND18QNB640194
X-Ray Diffractometer System

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. This solicitation is being issued under the authority of FAR Part 13.5 Simplified Acquisition Procedures.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98, dated May 1, 2018.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000 employees. This acquisition is being procured under full and open competition.


The National Institute of Standards and Technology (NIST) requires an x-ray diffraction instrument, installation, training, and optional years of maintenance services in accordance with the attached Statement of Work.


Period of Performance:
Delivery for the equipment shall be 120 days and installation and training shall be 30 days after award.
Warranty for the equipment shall be 12 months after acceptance of the equipment.
Option Period One for maintenance services: One year after the expiration of the warranty.
Option Period Two for maintenance services: Two years after the expiration of the warranty.
Option Period Three for maintenance services: Three years after the expiration of the warranty.
Option Period Four for maintenance services: Four years after the expiration of the warranty.



SHIPPING
The items shall be shipped F.O.B. Destination to:
The National Institute of Standards and Technology
100 Bureau Drive
Building 223
Gaithersburg, MD 20899


FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.


EVALUATION CRITERIA AND BASIS FOR AWARD
The Government intends to award a purchase order resulting from this solicitation to the responsible Contractor whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation.


Technically acceptable means that the Contractor provides x-ray diffractometer system, meeting the requirements specified in the Statement of Work, and the requirements of the Line Items. If a Contractor does not indicate how its proposed holder meets a certain minimum requirement, NIST will determine that it does not.


Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government.


The Government will evaluate quotations for award inclusive of the prices quoted for all optional line items. The Government may determine that a quotation is unacceptable if the option prices are significantly unbalanced. Evaluation of options does not obligate the Government to exercise the options.


NIST intends to evaluate quotes and issue a contract based on the initial quotes received. Therefore, the Contractor"s initial quote should contain the Contractor"s best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary.


Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor"s FSS or GWAC contract, and the statement required above shall be included in the quotation;



REQUIRED SUBMISSIONS
All Contractors shall submit the following:


1. For the purpose of evaluation of Technical Capability: Documentation that clearly demonstrates the quoted system"s ability to meet all required specifications, all requirements of all Line Items and FOB Destination shipping including the following:
(i) Technical description or product literature for the quoted system.
(ii) Demonstration that the quoted system meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or additional information.


2. For the purpose of Price: Contractors shall provide pricing for the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award:


Contract Line Item Number (CLIN) QTY UNIT UNIT PRICE TOTAL
CLIN 0001 - Base year: The Contractor shall deliver one (1) X-Ray Diffractometer System and provide installation, training and a warranty in accordance with the Statement of Work requirements
Qty: 1 EA
OPTION PERIOD ONE (12 months)
CLIN 0002 - The contractor shall perform maintenance services in accordance with the Statement of Work Requirements
Qty: 1 YR
OPTION PERIOD TWO (12 Months)
CLIN 0003 - The contractor shall perform maintenance services in accordance with the Statement of Work Requirements
Qty: 1 YR
OPTION PERIOD THREE (12 Months)
CLIN 0004 - The contractor shall perform maintenance services in accordance with the Statement of Work Requirements
Qty: 1 YR
OPTION PERIOD FOUR (12 Months)
CLIN 0005 - The contractor shall perform maintenance services in accordance with the Statement of Work Requirements
Qty: 1 YR


3. A completed version of all required solicitation provisions (see attached provisions/clauses document - required submission highlighted in blue)


4. Any award resulting from this solicitation will contain the following statement: "The Government"s terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government"s and contractor"s terms and conditions, the Government"s terms and conditions take precedence." If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "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:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor"s acceptance of the Government"s terms and conditions for inclusion into the resultant purchase order as prevailing.


5. Contractors shall provide an active DUNS # for the System for Award Management (SAM) registration.


6. If the Contractor"s representations and certifications do not reflect the NAICS code governing this solicitation, Contractors must submit documentation that they are a small business under the NAICS code governing this solicitation.


DUE DATE FOR QUOTATIONS
All quotations must be submitted via e-mail to January Magyar, Contract Specialist at [email protected]. Submission must be received not later than 11:00 a.m. Eastern Time on Wednesday 25 July 2018. A quotation shall be considered received when it is received in the electronic inbox of January Magyar not later than the date and time identified herein.

All questions regarding this notice must be submitted via e-mail to [email protected] by 11:00 a.m. Eastern Time on Tuesday 17 July 2018. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline.


PROVISIONS AND CLAUSES:
The clauses and provisions applicable to this solicitation can be found under the attachment Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far.


ATTACHMENTS:
The following attachments apply to this solicitation:
1. The Statement of Work
2. Applicable Provisions and Clauses



Please consult the list of

document viewers if you cannot open a file. Combined/Synopsis Solicitation Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Combined/Synopsis Solicitation

Posted Date: July 9, 2018



Combined_Synopsis_Solicitation.pdf (34.32 Kb) Description: Combined/Synopsis Solicitation

SOW_X-Ray_Diffractometer_-_FINAL.pdf (76.33 Kb) Description: Statement of Work

Provisions_and_Clauses.pdf (101.66 Kb) Description: Provisions and Clauses



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


Primary Point of Contact.: January Magyar, Contract Specialist

[email protected] Phone: 3019755442

Secondary Point of Contact: Wendy Paulo, Contracting Officer

[email protected] Phone: 3019753976