Skip to main content

An official website of the United States government

You have 2 new alerts

Panalytical Xpert Pro Powder Diffractometer Maintenance Agreement.

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 (Original)
  • Original Published Date: Aug 07, 2023 01:35 pm EDT
  • Original Date Offers Due: Aug 22, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 06, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J074 - MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE MACHINES/TEXT PROCESSING SYS/VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:

Description

COMBINED SYNOPSIS/SOLICITATION

 Procurement of a Panalytical Xpert Pro Powder Diffractometer Maintenance Agreement.

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. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures.  

The due date for quotation is 08/22/2023, 1:00pm EST        

This solicitation is a Request for Quotations (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 effective June 2, 2023.

The associated North American Industrial Classification System (NAICS) code for this procurement shall be 811210 - Electronic and Precision Equipment repair and maintenance with a small business size of $34M

This acquisition is being procured as a full and open competition.

The National Institute of Standards and Technology’s (NIST’s) Structure Determination Methods Group (SDMG) develops and disseminates measurement science, standards, and technology pertaining to the determination of structure of advanced materials and structures; determines, compiles, evaluates, and disseminates key data needed to establish the relationships between structure and properties and performance of inorganic and hybrid materials and devices.   To meet its mission, the SDMG requires Contractor support to maintain its Panalytical Xpert Pro Powder Diffractometer (Serial number DY3099).Responsible quoters shall provide pricing for the following Line Items:

Line Item 0001: Panalytical Xpert Pro Powder Diffractometer Maintenance Agreement in accordance with the specifications in the attached requirements document.

Line Item 0002: Option period: Panalytical Xpert Pro Powder Diffractometer Maintenance Agreement in accordance with the specifications in the attached requirements document.

Line Item 0003: Option period: Panalytical Xpert Pro Powder Diffractometer Maintenance Agreement in accordance with the specifications in the attached requirements document.

Line Item 0004: Option period: Panalytical Xpert Pro Powder Diffractometer Maintenance Agreement in accordance with the specifications in the attached requirements document.

Line Item 0005: Option period: Panalytical Xpert Pro Powder Diffractometer Maintenance Agreement in accordance with the specifications in the attached requirements document.

Service Location shall be.

National Institute of Standards and Technology NIST

100 Bureau Dr.  

Gaithersburg, MD. 20899

Questions regarding this Synopsis/Solicitation can be emailed to erik.frycklund@nist.gov

EVALUATION CRITERIA AND BASIS FOR AWARD

The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation.

Technically acceptable means that the Contractor’s provide service meeting the minimum requirements in the requirements document.

Price will be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government.

The Contracting Officer may, if necessary, request revised quotation(s) prior to award. Price will be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government.

The Contracting Officer may, if necessary, request revised quotation(s) prior to award.

REQUIRED SUBMISSIONS

All Contractors shall submit the following:

1.         For the purpose of evaluation of Technical Acceptability:

Quoters shall provide documentation that demonstrates the quoted services ability to meet or exceed the minimum specifications in accordance with the requirements document. For the purpose of Price:

Quoters shall provide firm-fixed price quotations for all Line Items

1.         Quoters shall include a completed copy of all required solicitation provisions contained in the attached Applicable Provisions/Clauses document (required provisions are highlighted)

2.         Any award resulting from this solicitation will contain the following statement: “The Government’s terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government’s and contractor’s terms and conditions, the Government’s terms and conditions take precedence.”  If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor 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:” [Contractor shall list exception(s) and rationale for the exception(s)].  It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation.  If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor’s acceptance of the Government’s terms and conditions for inclusion into the resultant purchase order as prevailing.

3.         Quoters shall provide an active Government Unique Identifier number for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov in order to be technically evaluated. 

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 a contractor 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 contractor’s FSS or GWAC contract, and the statement required above shall be included in the quotation;

PROVISIONS AND CLAUSES:

The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov/far.  The full text of a CAR provision or clause may be accessed electronically at or http://www.osec.doc.gov/oam/acquistion_management/policy/.

ATTACHMENTS:

The following attachments apply to this solicitation:

1. The Requirements Document

2. Applicable Clauses & Provisions

Contact Information

Contracting Office Address

  • ACQUISITION MANAGEMENT DIVISION 100 BUREAU DR.
  • GAITHERSBURG , MD 20899
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 06, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Original)