NIST Optically Stimulated Luminescence Dosimeter

expired opportunity(Expired)
From: Federal Government(Federal)
NB15200-23-02518

Basic Details

started - 15 Aug, 2023 (8 months ago)

Start Date

15 Aug, 2023 (8 months ago)
due - 24 Aug, 2023 (8 months ago)

Due Date

24 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
NB15200-23-02518

Identifier

NB15200-23-02518
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13429)NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (4481)DEPT OF COMMERCE NIST (4399)

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.

SECTION 1 - INTRODUCTION THIS IS A COMBINED SYNOPSIS/ SOLICITATION FOR COMMERICAL 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.The Request for Quotations (RFQ) number is NB152000-23-02518. This synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-04, June 2, 2023.This acquisition is being competed as full and open. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380. It is being issued using the simplified acquisition procedures under the authority of FAR Subpart
13.5—Simplified Procedures for Certain Commercial Items.The Government contemplates award of a Fixed Price Contract resulting from this RFQ.Background:The National Institute of Standards and Technology (NIST), Radiation Safety Division (RSD) is responsible for radiation protection and regulatory compliance matters for NIST’s radioactive materials license at the NIST Gaithersburg, MD campus. As part of managing the radiation safety program, RSD is obligated to ensure that radiation exposures in areas occupied by non-radiation workers. Monitoring of areas occupied by non-radiation workers is performed by optically-stimulated luminescence (OSL) dosimetry. Optically-stimulated luminescence (OSL) dosimetry allows NIST to accurately measure lower levels of radiation ensuring that optimal controls are implemented. In order to continue RSD’s capability to rapidly identify changes in radiation fields, RSD requires a service provider to deliver and process OSL dosimeters on calendar quarterly basis and deliver a dose report that will be used to assess environmental radiation doses. The report will be reviewed by the Government to demonstrate that radiation doses are being maintained as low as reasonably achievable and within regulatory limits.PurposeThe purpose of this procurement is to have a service provider deliver and process dosimeters on a quarterly basis and provide a dose report.BRAND NAME JUSTIFICATIONThis is a brand name only procurement. The Contractor must deliver Landauer Luxel+ OSL dosimeters, manufactured and serviced by Landauer, Inc. as follows: Quantity 140 each Landauer Luxel+ Pa; and Quantity 60 each Landauer Luxel+ Ta (neutron capable)NIST requires technology that has the capability to ensure that areas occupied by non-radiation workers are maintained at the lowest radiation dose levels possible. The NIST RSD currently uses the Landauer Luzel+ OSL to ensure radiation exposures in aeras occupied by non-radiation workers. Landauer is the only known manufacturer that can deliver OSL technology, capable of measuring radiation doses as low as and including 1 mrem, responding to energies between 5 keV and 80 MeV, and capable of being re-stimulated at least twice within a three-month period to confirm the accuracy of the dose measurement.CONTRACTOR REQUIREMENTS:*****See attached Specifications and Statement of Work*****SECTION II – OFFER INSTRUCTIONSFAR 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMSINSTRUCTIONS:System for Award Management (SAM) Registration- 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.COMMERCE ACQUISITION REGULATION (CAR) 1352.215-72 INQUIRIES (APR 2010)Offerors must submit all questions concerning this solicitation in writing, via email, to the Contracting Officer, Yolanda McCray at yolanda.mccray@nist.gov. Questions should be received no later than three (3) calendar days after the RFQ was posted. 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, the question responses included in the amendment to the solicitation will govern performance of the contract.a) Quotations must conform to solicitation provisions and be prepared in accordance with this section. To aid in evaluation, the quotation shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number.b) Quotation are due later than 24 August 2023 11:00 EDTc) Please limit the quotation to no more than five (5) pages.d) All offerors shall provide documentation showing that they are authorized resellers of the product(s) they are proposing or are the Manufacturer.e) All items must be quoted to be accepted for the award.SECTION III – ARRANGMENT OF QUOTATION Price – A firm- fixed-price for each CLIN.Offeror's Unique Entity ID, and POC information: name, telephone no., e-mail addressCompleted FAR 52.212-3, Offeror Representations and Certifications. Reps and certs must be uploaded to the System for Award Management at www.sam.govSECTION IV – BASIS OF AWARDThe Government will award a task order resulting from this solicitation to the responsible offeror whose quotation is technically acceptable, lowest price.An offers failure to quote all of the part numbers listed above may be considered indicative of the offerors lack of understanding of the Government’s requirements and may result in the offer being determined unacceptable. Price - The Government will evaluate the offeror's proposed prices to determine whether the proposed prices comply with the instructions articulated above and are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed prices shall be entirely compatible with the technical quotation. For evaluation purposes, the Government will evaluate the total price for all CLINS.The Government does not intend to enter discussion and may award a task order on the basis of initial offers received, without discussions. Therefore, each initial quotation shall contain the offeror’s best terms. Nonetheless, the Government reserves the right to conduct discussions if it is in the best interest of the Government. SECTION V – TERMS AND CONDITIONS CLAUSESFAR 52.204-13, System for Award Management Maintenance (OCT 2016)FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)FAR 52.204-19, Incorporation by Reference of Representations and Certifications;FAR 52.204–24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (OCT 2020)FAR 52.204–25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (AUG 2020)FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)FAR 52.212-4, Contract Terms and Conditions—Commercial Items (JAN 2017)FAR 52.217-8 Option to Extend Services (NOV 1999)FAR 52.223-3, Hazardous Material Identification And Material Safety Data (Jan 1997)FAR 52.224-1, Privacy Act Notification (APR 1984)FAR 52.224-2, Privacy Act (APR 1984)FAR 52.225-1, BUY AMERICAN--SUPPLIES (MAY 2014)FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)FAR 52.233-1, Disputes (MAY 2014)FAR 52.233-3, Protest After Award (AUG 1996)FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)FAR 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (APR 1984)FAR 52.239-1, Privacy or Security Safeguards (AUG 1996)FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items.CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JAN 2018)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:XX (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).XX (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)XX (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).__ (5) [Reserved].__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).__ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).XX (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).__ (10) [Reserved].__ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).__ (ii) Alternate I (Nov 2011) of 52.219-3.__ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).__ (ii) Alternate I (JAN 2011) of 52.219-4.__ (13) [Reserved]XX (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).__ (ii) Alternate I (Nov 2011).__ (iii) Alternate II (Nov 2011).__ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).__ (ii) Alternate I (Oct 1995) of 52.219-7.__ (iii) Alternate II (Mar 2004) of 52.219-7.__ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).__ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)).__ (ii) Alternate I (Nov 2016) of 52.219-9.__ (iii) Alternate II (Nov 2016) of 52.219-9.__ (iv) Alternate III (Nov 2016) of 52.219-9.__ (v) Alternate IV (Nov 2016) of 52.219-9.__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).__ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).__ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).__ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f).__ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).__ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).__ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).XX (26) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).__ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).__ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).XX (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).__ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).__ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)__ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)__ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).__ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).__ (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).__ (ii) Alternate I (Oct 2015) of 52.223-13.__ (39)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).__ (ii) Alternate I (Jun 2014) of 52.223-14.__ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).__ (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).__ (ii) Alternate I (Jun 2014) of 52.223-16.XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).__ (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).__ (44) 52.223-21, Foams (JUN 2016) (E.O. 13693).__ (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).__ (ii) Alternate I (JAN 2017) of 52.224-3.XX (46) 52.225-1, Buy American—Supplies (May 2014) (41 U.S.C. chapter 83).__ (47)(i) 52.225-3, Buy American—Free Trade Agreements—Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.__ (ii) Alternate I (May 2014) of 52.225-3.__ (iii) Alternate II (May 2014) of 52.225-3.__ (iv) Alternate III (May 2014) of 52.225-3.__ (48) 52.225-5, Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).XX (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).__ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).__ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).__ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).__ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).__ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).XX (55) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332).__ (56) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).__ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).__ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).__ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).__ (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).__ (ii) Alternate I (Apr 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.]__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).__ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (May 2014) (41 U.S.C. chapter 67).__ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services—Requirements (May 2014) (41 U.S.C. chapter 67).__ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).__ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).__ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).__ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)(vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(xi) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).(xii)52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627).(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).(xv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).(xvii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).(xviii)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).(B) Alternate I (JAN 2017) of 52.224-3.(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of clause)FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)FAR 52.247-35 F.O.B. Destination, Within Consignee’s Premises (APR 1984)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 address:http://farsite.hill.af.mil/vffara.htm (End of clause)CAR PROVISIONS & CLAUSES FULL TEXT CAN BE ACCESSED AT:http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title48/48cfrv5_02.tplCAR 1352.201-70, Contracting Officer's Authority (APR 2010) CAR 1352.239-72, Security Requirements for Information Technology Resources (APR 2010)CAR 1352.209-73, Compliance with the Laws (APR 2010)CAR 1352.209-74, Organizational Conflict of Interest (APR 2010)CAR 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:100 Bureau Drive, Gaithersburg, MD. 20899-0001.(End of clause)CAR 1352.215-72, Inquires;CAR 1352.233-70, Agency Protests(a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999).(b) Agency protests filed with the Contracting Officer shall be sent to the following address:NIST/ACQUISITION MANAGEMENT DIVISIONATTN: Robert Singman, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.(e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858.(End of clause)NIST LOCAL-53 CONTRACT PERFORMANCE DURING CHANGES IN NIST OPERATING STATUSUnless 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) 497-4000During 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.(End of clause)NIST LOCAL-54 ELECTRONIC BILLING INSTRUCTIONSNIST 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.NIST LOCAL-56 INVOICING PROCESSING PLATFORM-ALTERNATE I (DEC 2022)Upon written notice from the contracting officer the following supersedes all other instructions for the submission of payment requests. Accordingly, following written notice payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP)."Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable payment request or invoicing instructions, Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is https://www.ipp.gov.Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Invoices and Supporting documents.The Contractor must use the IPP website to register, access, and use IPP for submitting payment requests. If not already enrolled, the Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email within three to five business days of the addition of the contract award to IPP. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email: IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.If the Contractor is unable to comply with the requirement to use IPP for submitting payment requests, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Contact the contracting officer for more information on submitting a waiver request.(END OF CLAUSE)

Gaithersburg ,
 MD  20899  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Gaithersburg

You may also like

THERMOSCIENTIFIC EPDS (ELECTRONIC DOSIMETERS) - R1 EPRB

Due: 01 Oct, 2024 (in 5 months)Agency: ENVIRONMENTAL PROTECTION AGENCY

BIL - 1 (ONE) THERMO ELECTRON 22181-60001, PROD, SP, STD, QUAT, +DGAS, ICS6 PUMP SYSTEM

Due: 22 May, 2024 (in 23 days)Agency: ENERGY, DEPARTMENT OF

Classification

naicsCode 541380Testing Laboratories and Services
pscCode 6640Laboratory Equipment and Supplies