Airline Alignment Kit

expired opportunity(Expired)
From: Federal Government(Federal)
NB672010-20-01648-Rev-1

Basic Details

started - 10 Apr, 2020 (about 4 years ago)

Start Date

10 Apr, 2020 (about 4 years ago)
due - 22 Apr, 2020 (about 4 years ago)

Due Date

22 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
NB672010-20-01648-Rev-1

Identifier

NB672010-20-01648-Rev-1
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13407)NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (4475)DEPT OF COMMERCE NIST (4394)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

AIRLINE ALIGNMENT KITDESCRIPTION: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 PROCEDURESThis solicitation is a Request for Quotation (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-89)1352.215-72 INQUIRIES (APR 2010)Offerors must submit all questions concerning this solicitation in writing to the contracting officer within three (3) business days of the posting.  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. (end of provision)The National Institute of Standards and Technology (NIST) has a requirement for Airline Alignment Kit.This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 personnel.  This requirement is being competed as a full and open competition.  Any size business may submit a quote. Attached are the Specifications for solicitation NB672010-20-01648-Rev-1.  Please submit a quote for the required Airline Alignment Kit that meet the requirements.All communications and documents must include the solicitation # NB672010-20-01648-Rev-1.  Please email your quote to me at aron.krischel@nist.gov no later than April 22, 2020, 10:00 AM Mountain.  Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at aron.krischel@nist.gov no later than April 15, 2020.  Your quote must meet all 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 Specifications.Firm fixed price quote for the Airline Alignment Kit.Payment Terms: Net 30. The required delivery date is 90 days after receipt of the order (ARO).  FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.Company DUNS No. 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.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 this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account.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.FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work.FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) 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:52.222-3, Convict Labor52.222-19, Child Labor – Cooperation With Authorities And Remedies52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Equal Opportunity for Workers with Disabilities52.222-50, Combating Trafficking in Persons52.223-18, Contractor Policy to Ban Text Messaging While Driving52.225-1, Buy American Act-Supplies52.225-13, Restrictions on Certain Foreign Purchases52.232-33, Payment by Electronic Funds TransferFAR 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.htmFAR 52.225-18 – Place of Manufacture.FAR 52.232-15, Progress Payments Not IncludedCAR 1352.213-70, Evaluation Using Simplified Acquisition ProceduresCAR 1352.215-70, Proposal PreparationCAR 1352.233-70, Agency ProtestsCAR 1352.233-71, GAO and Court of Federal Claims Protests CAR 1352.239-70, Software License AddendumCAR 1342.239-71, Electronic and Information TechnologyFAR 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.htmFAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.FAR 52.247-34, FOB DestinationCAR 1352.201-70, Contracting Officer’s AuthorityCAR 1352.209-73, Compliance with the LawsCAR 1352.209-74, Organizational Conflict of InterestCAR 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:NISTShipping and Receiving325 BroadwayBoulder, 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:NISTAccounts Payable Office100 Bureau Drive, Mail Stop 1621Gaithersburg, MD 20899-1621NIST LOCAL - 39, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONSIf 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 individualComponents 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 isRequired 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 anIssuable unit.The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers.If you have any questions, please do not hesitate to contact me at aron.krischel@nist.gov.Aron KrischelContracting OfficerREQUIREMENTS/SPECIFICATIONSTITLE: Airline Alignment KitGENERAL STATEMENT OF NEED:The National Institute of Standards and Technology (NIST), CTL/RFT, in Boulder, CO has a requirement to produce broadband electrical calibration artifacts as part of its calibration service for scattering parameter traceability up to 50 GHz. Precision manufactured calibration artifacts are required to maintain accurate traceable calibrations for internal and external customers.Development in coaxial connector technology has been made allowing production of higher precision airline calibration artifacts in the 2.4 mm connector size. To calibrate the scattering parameters of passive microwave electronics to 50 GHz, a metrology grade 2.4 mm airline kit is required.SPECIFICATIONS: The contractor shall provide an Airline Alignment Kit that meets the following criteria.All calibration artifacts in the kit shall meet the IEEE specification for Laboratory Precision Connectors for 2.4 mm connectors.  All airline calibration artifacts shall be beadless and surfaces involved in electromagnetic transmission and reflection shall be gold coated.This calibration kit shall contain at least the following standards:2.4 mm Male Short,2.4 mm Female Short2.4 mm Male 50 Ohm load,2.4 mm Female 50 Ohm load,2.4 mm Male to 2.4 Male adapter,2.4 mm Male to 2.4 Female adapter,2.4 mm Female to 2.4 Female adapter,Two (2) 2.4 mm Female to Male airlines (1.5 cm),2.4 mm Female to Male airline (1.75 cm),2.4 mm Female to Male airline (2.3 cm),2.4 mm Female to Male airlines (3 cm),2.4 mm Female to Male airlines (4 cm),2.4 mm Female to Male airlines (5 cm).The kit shall also contain an 8 in-lbs torque wrench (minimum), along with any necessary software and documentation.         WARRANTY:  Standard Manufacturer’s WarrantyDELIVERY DATE: 180 days ARO

ACQUISITION MANAGEMENT DIVISION 100 BUREAU DR.  GAITHERSBURG , MD 20899  USALocation

Place Of Performance : ACQUISITION MANAGEMENT DIVISION 100 BUREAU DR. GAITHERSBURG , MD 20899 USA

Country : United StatesState : Maryland

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies