The RFP Database
New business relationships start here

VAN RETROFIT


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

DESCRIPTION:
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVLAUATION 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
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-89)


1352.215-72 INQUIRIES (APR 2010)
Offerors must submit all questions concerning this solicitation in writing to the contracting officer within three (3) business days of the posting. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
(end of provision)


The associated North American Industrial Classification System (NAICS) code for this procurement is 336211, Motor Vehicle Body Manufacturing, with a small business size standard of 1,000 employees. This requirement is being competed as a total small business set aside. All interested small business concerns, may submit a quotation.


The National Institute of Standards and Technology (NIST) has a requirement for the purchase of a Van Retrofit.


Attached are the Specifications for solicitation NB672020-18-02414. Please submit a quote for the required Van Retrofit that meet the requirements.


This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code of 336211, Motor Vehicle Body Manufacturing, with a small business size standard of 750 employees.


All communications and documents must include the solicitation # NB672020-18-02414. Please email your quote to me at aron.krischel@nist.gov no later than April 30, 2018, 1:30 PM Mountain. Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at aron.krischel@nist.gov no later than April 25, 2018. Your quote must meet all 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 Van Retrofit.
• Payment Terms: Net 30.
• The requested delivery is within 90 days after receipt of the order (ARO). FOB Destination for delivery of the vehicle to NIST, 325 Broadway, Boulder, CO 80305.
• Company DUNS No. To be eligible for this award, the quoter 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. Quoter shall clearly demonstrate their ability to meet the technical requirements and deliverable schedule as outlined in this solicitation. Quote shall include shipping costs. NIST reserves the right to ship under NIST provided account.


BASIS OF AWARD:


Award shall be made to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached Specifications. 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 quoter's initial quotation should contain the quoter'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, quoters 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 quoter with the lowest priced quotation.


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.


FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a fixed price contract to the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached statement of work.
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The quoter must have completed the Online Representations and Certifications Application (ORCA), which must be uploaded to the System for Award Management (SAM) at www.sam.gov.
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:
52.219-28, 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
52.222-36, Equal Opportunity for Workers with Disabilities
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
FAR 52.252-1, Solicitation Provisions Incorporated by Reference:
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 quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the quoter 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 1352.213-70, Evaluation Using 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


FAR 52.252-2, Clauses Incorporated by Reference:
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 (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, 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 me at aron.krischel@nist.gov.
Aron Krischel
Contracting Officer for National Institute of Technology
325 Broadway
Boulder, CO 80305


STATEMENT OF WORK
Retrofit Van for Field Measurements



I. BACKGROUND
The National Institute of Standards and Technology (NIST) is developing metrology for future millimeter-wave mobile wireless communication systems. For this research program, NIST is developing channel sounding instruments that characterize the radio propagation environment at millimeter-wave frequencies. NIST will be performing measurements of mobile radio channels by deploying their channel sounders in a moving cargo van.



II. OBJECTIVES
NIST requires modifications to a cargo van (see V.A. below) to make it useful for mobile channel-sounding measurements.



III. DRAWINGS/FLOORPLANS
The contractor shall design and submit detailed drawings and floorplans clearly showing the placement of the tie-down floor tracks, the cable tray, the storage cabinets, the inverter, the batteries, and the method of attachment and placement to and on the van for the roof ladder and gas can holder and the treadplate platform, as well as the placement and tie-down configuration for two (2) Honda generators, two (2) instrumentation containers, and one (1) robot.



IV. SPECIFICATIONS
The contractor shall retrofit the van in accordance with the following minimum specifications.



A. Interior:
1. Insulate walls, ceiling, floor, and rear door area with spray foam.
2. Cover walls, ceiling, and rear door area with wood paneling (e.g., Legend interior package).
3. Cover floor with rugged wood flooring (e.g., Legend interior package).
4. Install three (3) rows of tie-down tracking on floor.
5. Install cable tray to run the length of the van cargo area on driver's side ceiling.
6. Install storage cabinets on driver's side wall.
7. Provide area and method to tie-down two (2) 2.25KW Honda generators 20.1"L x 11.4"W x 16.7"H each. (Figure 1)
8. Provide area and method to tie-down two (2) shock-mount instrumentation containers 27"L x 24"W x 24"H each. (Figure 2)
9. Provide area and method to tie-down one (1) robot 47.2"L x 32.9"W x 71.7"H. (Figure 3)
10. Install one (1) inverter charger to be supplied by NIST.
11. Install two (2) batteries to be supplied by NIST.
12. Connect inverter charger to the van's battery and the two installed batteries.
13. Provide auxiliary air conditioning inside van cargo area.



B. Exterior:
1. Install detachable roof ladder on rear door.
2. Install external gas can holder on rear door.
3. Install 3/16" x 5' x 10' aluminum diamond treadplate platform above the roof of the van with adequate bracing sufficient to support a minimum of 250 pounds.
4. Install five (5) 12" x 6" RF bulkhead plates on top of the treadplate platform to act as cable feed. (Figure 4)
5. Install a flush mount, weatherproof electrical power connector on the van exterior (e.g., Hubbell p/n HBL2615SW) and connect to the inverter.
6. Provide 110VAC/30A external weatherproof shore power cable 30' in length.
a. Mate one end of the cable with a connector compatible with the flush mount electrical power connector located on the van exterior per III.B.5 (e.g., Hubbell p/n HBL2613).
b. Fix the other cable end with a pin and sleeve plug to be provided by NIST, p/n 330P4W.



V. GOVERNMENT FURNISHED PROPERTY
A. Dodge Ram Pro Master 2500 cargo van, long wheel base, medium roof height:
Wheelbase 159"; Vehicle Height 99.4"; Load Floor Length 145.9"; Interior Width 75.6" (55.8" between wheel wells); Interior Height 76.0"; Cargo Volume 420.2 cubic feet.
B. One (1) 1000 W inverter charger.
C. Two (2) deep cycle marine batteries with cables.
D. One (1) pin and sleeve plug, p/n 330P4W.
VI. PLACE OF PERFORMANCE
All work shall be completed at the contractor's facility. Vehicle will be shipped, at the expense of the contractor, to the NIST Campus, 325 Broadway, Boulder, CO, 80305.
VII. DELIVERY
Delivery of modified van shall occur no later than 90 days after receipt of order (ARO).
VIII. ACCEPTANCE/INSPECTION
Prior to acceptance and final payment, NIST personnel will perform a thorough inspection of the modifications to ensure conformance to the desired specifications.
IX. WARRANTY
One-year warranty required on parts and installation.
X. DELIVERABLES
Description
Qty 1 Dodge Ram Pro Master 2500 Cargo Van Modified to Specs
Delivery is no later than 90 days ARO


Drawings and Floorplans no later than 30 days ARO




Aron Krischel, Contracting Officer, Phone 3034973032, Email aron.krischel@nist.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP