WWVH 5MHz, 10kW Timing Transmitter
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jul 21, 2023 12:58 pm MDT
- Original Published Date: Jun 22, 2023 12:01 pm MDT
- Updated Date Offers Due: Aug 01, 2023 10:00 am MDT
- Original Date Offers Due: Jul 21, 2023 10:00 am MDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 16, 2023
- Original Inactive Date: Aug 05, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7G22 - IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Place of Performance: Kekaha , HI 96752USA
Description
AMENDMENT 3:
The purpose of this Amendment is to extend the quotation due date to allow adequate time for competitive offers. See new quotation due date within the posting.
NO OTHER CHANGES.
________________________________________________________________________________________________________
AMENDMENT 2:
The purpose of Amendment 2: In lieu of those who will not attend a site visit, attached are photos with descriptions and layout of the building. See attached. Additionally, for the site visit time on July 7th, please contact chris.fujita@nist.gov and patricia.rose@nist.gov. All questions and answers will be due on July 10th, and an Amendment will be posted with responses. NOTE: There will not be a time extension granted for the quotation due date. Please plan accordingly.
NO OTHER CHANGES
________________________________________________________________________________________________________
AMENDMENT 1:
The purpose of Amendment 1 is to update the Site Visit Information form and provide the Security form that SHALL be completed for the site visit. See attached.
NO OTHER CHANGES.
________________________________________________________________________________________________________
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number 1333ND23QNB680356 is a Request for Quotation (RFQ) conducted under the authority of FAR 13.5, Simplified Acquisition Procedures.
This RFQ, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04. See RFQ 1333ND23QNB680356 attached.
The associated NAICS 334220 has a small business size standard of 1,250 employees. This requirement is set aside for small business competition.
Attached is a Requirements and Specifications document and attachment describing all of the minimum requirements for solicitation 1333ND23QNB680356 for the line-item number(s) (CLINs) in attached RFQ 1333ND23QNB680356 (see Schedule) to include description of item(s), quantities, and units of measure (including any applicable option(s)).
Description of the requirements for the item(s) to be acquired are in the attached Requirements and Specifications documents.
Date(s) and place(s) of delivery and acceptance and FOB point are required in accordance with the attached Requirements and Specifications Document.
The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (MAR 2023), applies to this acquisition. Addenda to this provision is as follows:
All offerors shall submit their quotations on letterhead to the email address stated herein by the date and time specified herein. All quotations shall contain, at a minimum, the information detailed below. If a quotation is missing any of the elements listed below, the quotation may be deemed to be unacceptable and may not be evaluated further. The Basis of Award is Lowest Price Technically Acceptable (LPTA). NIST will evaluate the lowest-price quotation first, and then stop evaluating quotes when NIST has identified the lowest-priced quotation that is technically acceptable.
LPTA:
-
Factor 1 – Technical Approach: Defined as the contractor’s demonstration to understand the capability to provide the required items and services as identified in the specifications/statement of work. This includes the authority to provide the required items (i.e. authorized dealer/seller/reseller), authority to provide maintenance and repair services (when applicable), capability and method to successfully meet all contract requirements; this includes required delivery schedule, installation, warranty, and all other requirements identified in the specification document(s).
Submittal Requirements:
The offer shall submit capability documentation which may include a narrative, charts, graphs, tables, drawings, product/installation service literature, and demonstrated authority to provide the necessary items and perform the required services identified in the specification/statement of work. The documentation shall clearly describe, in enough detail, the offeror’s authority, proposed items, resources, and methods to successfully fulfill the requirements including specifications performance capability requirements, delivery secludes, warrantees and all service requirements per the Request for Quote.
Factor 2 – Price: The contractor shall provide a firm fixed price for each line item and a total quotation for the sum of all line items. The Buy American statute and price preference for domestic items over $10,000 applies.
The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) quote, based on the technical specifications as detailed within the attached specifications document.
Factor 1 – Technical Approach: Evaluation of this factor is a subjective evaluation of the contractor’s demonstrated resources, capability, and methods to meet all requirements. This factor will be evaluated on an Acceptable / Unacceptable basis. The offeror’s submittals will be evaluated to determine whether the proposed technical approach demonstrates a clear and unambiguous understanding and a demonstrated ability to meet the minimum requirements. Failure to demonstrate a clear and unambiguous technical approach to meeting the requirements will result in an “Unacceptable” rating for this factor.
Factor 2 – Price: The quoted price will be evaluated for reasonableness. A price realism analysis will not be conducted. The Buy American Statute and price preference for domestic items over $10,000 applies.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEC 2022), with its offer. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) accessed through https://sam.gov/content/home. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (DEC 2022), applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (MAR 2023), applies to this acquisition, See RFQ 1333ND23QNB680356 attached for additional FAR clauses applicable to the acquisition.
The following additional contract requirement(s) and additional terms and conditions are necessary for this acquisition and consistent with customary commercial practices are as follows:
Additional Contract Requirements:
-
All communications and documents must include solicitation #1333ND23QNB680356.
-
Buy American Act (FAR 52.225-1) and price preference for domestic items over $10K applies.
-
All quotations shall include the following information: Information enough to demonstrate the offeror can meet or exceed the requirements in the Requirements and Specifications document.
-
Firm fixed price quote.
-
If item(s) are manufactured outside the United States, provide the country of origin/manufacture in the quote.
-
Payment Terms: Net 30.
-
The required delivery is see Requirements and Specifications document. Please indicate the soonest you can deliver.
-
FOB Destination including shipping costs for delivery to:
NIST WWVH Radio Station
P.O. Box 417
PMRF WWVH Road, Building 800
Kekaha, HI 96752
9. Delivery point of contact will be provided upon award. (NIST reserves the right to ship using the NIST Account).
10. Unique Entity Identification (UEI) Number. In order to be eligible for this award, the offeror must have and maintain an active registration at the System for Award Management at www.sam.gov and have completed Representations and Certifications therein for the specified NAICS code or separately certify they meet the small business size requirements of the specified NAICS in this solicitation.
Defense Priorities and Allocations System (DPAS) is NOT applicable.
The solicitation will close as specified herein this announcement, Mountain Time. All quotations shall be delivered electronically by the specified close date and time to patricia.rose@nist.gov.
For information regarding this solicitation, contact the Contracting Officer at patricia.rose@nist.gov.
Attachments/Links
Contact Information
Contracting Office Address
- ACQUISITION MANAGEMENT DIVISION 100 BUREAU DR.
- GAITHERSBURG , MD 20899
- USA
Primary Point of Contact
- Patricia Rose
- patricia.rose@nist.gov
- Phone Number 3034973106
Secondary Point of Contact
- Julie Morris
- julie.morris@nist.gov
- Phone Number 3034975417
History
- Aug 16, 2023 09:55 pm MDTCombined Synopsis/Solicitation (Updated)
- Jun 23, 2023 03:34 pm MDTCombined Synopsis/Solicitation (Updated)
- Jun 23, 2023 01:21 pm MDTCombined Synopsis/Solicitation (Updated)
- Jun 22, 2023 12:01 pm MDTCombined Synopsis/Solicitation (Original)