Federal Bid

Last Updated on 03 Sep 2014 at 8 AM
Combined Synopsis/Solicitation
Gaithersburg Maryland

Control sytem

Solicitation ID Syscontroller
Posted Date 05 Aug 2014 at 1 PM
Archive Date 03 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Gaithersburg Maryland United states 20899
This solicitation is a Request for Quotation (RFQ) for commercial services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55.

The associated North American Industrial Classification System (NAICS) code for this
procurement is 238210.

This acquisition is 100% set-aside for small business.

The Government anticipates the award of a firm-fixed-price purchase order.

The National Institute of Standards and Technology, Acquisition Management Division, has a requirement for

upgrading an existing Andover control system by removing the PC connected to the main controller and installing a new Web-Client based controls package.

All interested Vendors shall provide a firm-fixed-price quotation for the following line item:

The controls contractor shall remove the existing PC and controls software and upgrade the digital controls to the Web-Client controls platform.

The contractor shall upgrade all graphics, schedules, etc., so that the airhandler and chiller interfaces function through the web-client controls.

The contractor shall provide 8 hours of dedicated training for at least 3 NIST personnel.

The contractor shall operate the new controls system to prove the new controls operate just as the existing controls to perform the following tests:

1. Above freezing test at 80 °F dry-bulb and 60.4 °F dewpoint. The controls must maintain conditions for within 1 °F dry-bulb and 0.5 °F dewpoint for one hour once steady conditions are attained.
2. Below freezing test with dry-bulb of 40 °F and dewpoint of 30 °F with no-frost system operating. The controls must maintain conditions for within 1 °F dry-bulb and 0.5 °F dewpoint for one hour once steady conditions are attained.
3. Above freezing test with no dewpoint control at 70 °F. The controls must maintain conditions for within 1 °F dry-bulb for one hour once steady conditions are attained.
4. Manual override control of all settings and component operations must be demonstrated to the NIST personnel.

4. Deliverables
The contractor shall deliver a complete controls system that meets or exceeds the functionality of the existing PC based controls software.

5. Period of Performance
All work shall be performed so that it is completed and all deliverables submitted within 6 months of receiving a final contract. All work is to be performed during normal business hours.

6. Place of Performance
The place of the performance is the NIST campus in Gaithersburg, MD in Building 226.

7. Contractor Personnel Requirements
The contractors performing the upgrade to the Andover controls shall be an authorized Andover Factory distributor distinguished by the factory as a Facility Automation Specialist, FAS.

8. Government Furnished Property/Information/Equipment
NIST shall provide all contractor employees working on this requirement with information on NIST safety procedures.

9. Attachments See SOW


DELIVERY
No partial shipments unless otherwise specified

Delivery shall be completed electronically upon award.

Delivery terms shall be FOB Destination. Delivery terms shall be FOB Destination. 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
Award shall be made on a technically acceptable/low price basis.

Technically acceptable means; quote all items exactly as listed on the Schedule of Required Items. The contracting officer intends on awarding without discussions. The apparent successful awardee shall also have satisfactory past performance

Evaluation of Technical Acceptability shall be based on the documentation provided in the quotation.

Documentation submitted in the quotation shall be evaluated to determine that all of the requirements that define technically acceptable are met.

Price shall be evaluated for reasonableness and realism.

REQUIRED SUBMISSIONS
All quoter's shall submit the following:

For evaluation of Technical Acceptability:

1) An original and one copy of an FOB Destination price quotation for the required equipment;

2) This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
The offeror 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:

Offeror shall list exception(s) and rationale for the exception(s)

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 an offeror 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 offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation.

3) If the quoter is not registered at www.sam.gov, a completed copy of FAR 52.212-4 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS.
4) The quoter's Dun & Bradstreet Number. In accordance with FAR 52.204-99, The successful quoter must have an active registration in the System for Award Management ( www.sam.gov) Refusal to register will forfeit award;

DUE DATE FOR QUOTATIONS
All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn Primary Point of Contact: Sajurnia Harris, Email: [email protected]

Submission must be received not later than 8:00 am Eastern Time on August 19, 2014. FAX quotations shall not be accepted. E-mail quotations shall be accepted. An e-mail quotation shall be considered received when it is received in the electronic inbox of Sajurnia Harris.


PROVISIONS AND CLAUSES
The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far.
The following provisions apply to this acquisition:
52.212-1, Instructions to Offerors - Commercial Items;
52.212-3, Offeror Representations and Certifications - Commercial Items;

In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required;

The following clauses apply to this acquisition:
52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs:
52.209-6, Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
52.219-6, Notice of Total Small Business Set Aside;
52.219-28, Post-Award Small Business Program Rerepresentation;
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;
52.222-36, Affirmative Action for Workers with Disabilities;
52.222-40, Notification of Employee Rights under the National Labor Relations Act;
52.222-54, Employment Eligibility Verification;
52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving;
52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and
52.232-33, Payment by Electronic Funds Transfer--SAM.gov Registration.

52.247-34, FOB Destination; and
Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.

 

 

 

Bid Protests Not Available

Similar Past Bids

Hill air force base Utah 09 Dec 2020 at 9 PM
Sandia Texas 26 Apr 2021 at 4 AM
Bethesda Maryland 19 Dec 2005 at 5 AM
Bethesda Maryland 08 Sep 2010 at 8 PM
Bronx New york 01 Jul 2004 at 5 AM

Similar Opportunities

Billings Montana 11 Jul 2025 at 9 PM
Billings Montana 11 Jul 2025 at 9 PM
Chicago Illinois 15 Jul 2025 at 2 PM
Orlando Florida 25 Jan 2026 at 11 PM