DESCRIPTION:
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 PROCEDURES UNDER THE AUTHORITY OF FAR 13.5, SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 / 07-16-2018.
The National Institute of Standards and Technology (NIST) is seeking to purchase *** Long Term Evolution (LTE) eNodeB, Bands 14,2 ***
The requirements statement is attached.
This acquisition is 100% set aside for small businesses under the applicable small business size standard.
NIST anticipates the award of a single, firm-fixed price purchase order. All vendors shall provide a firm-fixed price quotation in accordance with the Instructions to Vendors.
This Request for Quotation (RFQ) is conducted under the authority of FAR 13, Simplified Acquisition Procedures, with NAICS code 517919 with a small business size of $3.25M.
All communications and documents must include the solicitation # NB687100-18-02385. Please email your quote to [email protected]. (complete unit and total price below)
CLIN Nomenclature Qty Unit Price Total Price
0001 Nokia Long Term Evolution(LTE) eNodeB, 1 EA $ $
Bands 14, 2. Includes 12 months hardware
and software support, including software
license subscription (including automatic
updates for Rel 10 and later releases).
Per attached Requirements Statement.
Delivery NLT 30 days ARO
Support Period of Performance: 12 months
from acceptance.
FOB Destination
1001 Option Period 1, Hardware and software 1 YR $ $
support, including software license
subscription renewal (including automatic
updates for Rel 10 and later releases)
Per attached Requirements Statement.
Period of performance: 1 year
2001 Option Period 2, Hardware and software 1 YR $ $
support, including software license
subscription renewal (including automatic
updates for Rel 10 and later releases)
Per attached Requirements Statement.
Period of performance: 1 year
3001 Option Period 3, Hardware and software 1 YR $ $
support, including software license
subscription renewal (including automatic
updates for Rel 10 and later releases)
Per attached Requirements Statement.
Period of performance: 1 year
4001 Option Period 4, Hardware and software 1 YR $ $
support, including software license
subscription renewal (including automatic
updates for Rel 10 and later releases)
Per attached Requirements Statement.
Period of performance: 1 year
This solicitation shall close at 4:00 pm Mountain Time(MT), Wednesday, 21 Aug 2018, MT. Please direct any questions regarding this solicitation to Susan McKean at [email protected] no later than 2:00pm MT, Friday, 17 Aug 2018.
Your quote must meet all the 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 LTE eNodeB, bands 14, 2, Payment Terms: Net 30.
• The requested delivery is NLT 30 days ARO
• Inspection and Acceptance at Destination
• FOB Destination including delivery cost 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 vendor 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. Offeror shall meet the technical requirements and deliverable schedule. Quote shall include shipping cost.
FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition.
BASIS OF AWARD:
Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon technical acceptability and price. 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 vendor's initial quotation should contain the vendor'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, vendors 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 vendor with the lowest priced quotation.
Award shall be made to the vendor with the lowest priced, technically acceptable quote.
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.
The vendors must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov.
To be eligible for this award, the vendor 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.
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:
52.219-6, Notice of Total Small Business Aside
52.219-28, Post Award Small Business Program Representation
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
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror 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.htm
FAR 52.225-18 - Place of Manufacture
FAR 52.232-15, Progress Payments Not Included
CAR 1352.233-70, Agency Protests
CAR 1352.233-71, GAO and Court of Federal Claims Protests
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/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.247-34, FOB Destination
CAR 1352.201-70, Contracting Officer's Authority
CAR 1352.209-73, Compliance with the Laws
CAR 1352.209-74, Organizational Conflict of Interest
CAR 1352.246-70, Place of Acceptance
(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:
NIST
325 Broadway,
Boulder, CO 80305
NIST LOCAL-04, BILLING INSTRUCTIONS
(a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to [email protected].
(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:
NIST: Accounts Payable Office
100 Bureau Drive, Mail Stop 1621
Gaithersburg, MD 20899-1621
NIST LOCAL - 39, MARKING/PACKING INSTRUCTIONS
(1) If 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 individual components 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 is required 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 an issuable unit.
(3) 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 Susie McKean at [email protected].