The RFP Database
New business relationships start here

Land Mobile Radio System Deployment


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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; proposals are being requested and a written solicitation will not be issued.
Please acknowledge receipt of this Request for Quote (RFQ). Indicate via email if you decline to provide a quote by responding "no quote".

(i) Solicitation number NB6710000-18-01463 is a Request for Quotation (RFQ) conducted under the authority of FAR 13, Simplified Acquisition Procedures.
(ii) This RFQ, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: FAC 2005-101,
Effective: 20 Jul 2018
(iii) The associated NAICS 517911 code, Telecommunication Reseller, has a small business size standard of 1500. This is a Small Business Set-Aside.
(iv) Attached is the Statement of Work (SOW) describing the requirements for solicitation NB6710000-18-01463 for the following line item number(s) and items, quantities, and units of measure.
CLIN        Item(s)                Qty    Unit Price    Total Price
0001     Land Mobile Radio (LMR) System        1 ea    $        $
Deployment and Associated Services (per SOW)
Installation of 1 LMR System with 1 Repeater (10 Aug 18 - 12 Oct 18)
System Support and Maintenance 10 Aug 18 thru 9 Aug 2019
One-year warranty

Option Period CLINS:


1001     System Support & Maintenance 1ea    $        $        (1st Option Period) (10 Aug 2019 - 9 Aug 2020)


2001    System Support & Maintenance        1ea    $        $            (2nd Option Period, 10 Aug 2020- 9 Aug 2021)


3001    System Support & Maintenance        1ea    $        $             (3rd Option Period, 10 Aug 2021- 9 Aug 2022)


4001    System Support & Maintenance        1ea    $        $
(4th Option Period, 10 Aug 2022- 9 Aug 2023)


TOTAL PRICE            $_________


*** Shipping, Inspection and Acceptance is FOB Destination. Please include all transportation and shipping charges in your prices in CLIN 0001***
*****If Applicable, Please identify if you are quoting GSA Pricing or Open Market Pricing.****
A Description of the requirements for the items to be acquired are in the attached SOW.
Delivery. See CLINS above for delivery and periods of performance
The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offeror shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation.
The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a firm fixed price contract to the offeror with the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached SOW.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, 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) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited are applicable to the acquisition:

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
52.222-50, Combating Trafficking in Persons
52.223-18, Contractor Policy to Ban Text Messaging While Driving
52.225-1, Buy American Act-Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer
The following additional contract requirement(s) and additional terms and conditions are necessary for this acquisition and consistent with customary commercial practices:
Additional Contract Requirements:
All communications and documents must include the solicitation # NB6710000-18-01463. Please email your quote to michael.fredericks@nist.gov
All quotations shall include the following information:


1. A Safety Plan (see attached Appendix A for guidance) for NIST approval.


2. Information sufficient to demonstrate you can meet or exceed the requirements in the Specifications.


3. Firm fixed price quote.


4. Payment Terms: Net 30.

5. FOB Destination including delivery cost for delivery to:
DOC - NIST
325 Broadway
Boulder, CO 80305.


Delivery point of contact will be provided upon award. (NIST reserves the right to ship using the NIST Account).


6. Company DUNS No. 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 submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration.
Additional Terms and Conditions:
Provisions -
FAR 52.225-18 - Place of Manufacture
FAR 52.232-15, Progress Payments Not Included.

CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures
CAR 1352.215-70, Proposal Preparation
CAR 1352.233-70, Agency Protests
CAR 1352.233-71, GAO and Court of Federal Claims Protests
Clauses:
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 (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:
NIST
Shipping and Receiving
325 Broadway
Boulder, CO 80305

NIST LOCAL-04 BILLING INSTRUCTIONS
(a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV.
(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.


NIST LOCAL-53 Contract Performance During Changes in NIST Operating Status
Unless 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) 497-4000


During 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.



Defense Priorities and Allocations System (DPAS) is not applicable and not assigned rating.
Any questions must be put in writing and sent via e-mail to the Contracting Officer michael.fredericks@nist.gov no later than 2pm Mountain Time, Monday, 30 July 2018.
The solicitation will close on Monday, August 6, 2018 at 2pm Mountain Time. All quotations shall be delivered electronically by the specified close date and time to Michael G. Fredericks, Contract Officer at michael.fredericks@nist.gov.
Contact Michael G. Fredericks at 303-497-7763 for information regarding the solicitation.




Michael G. Fredericks, Contracting Officer, Phone 3034977763, Email michael.fredericks@nist.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP