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
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 seven (7) 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 334310, Audio and Video Equipment Manufacturing, with a small business size standard of 750 personnel. This requirement is being competed as full and open competition. Any size business may submit a quote.
The National Institute of Standards and Technology (NIST) has a requirement for Hi-Speed Optical Camera Tracking System (HSOCTS).
Attached are the Specifications for solicitation NB671000-20-02281. Please submit a quote for the required 67 GHz Vector Signal Analyzer that meet the requirements below.
This RFQ is conducted under the authority of FAR 13 Simplified Acquisitions with NAICS code 334310, Audio and Video Equipment Manufacturing, with a small business size standard of 750 personnel.
All communications and documents must include the solicitation # NB671000-20-02281. Please email your quote to me at [email protected] no later than June 25, 2020, 10:00 AM Mountain. Please direct any questions regarding this solicitation to Aron Krischel, Contracting Officer, at [email protected] no later than June 18, 2020. Your quote must meet all requirements of FAR 52.212-1, as well as include the following information:
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:
52.222-3, 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
CAR 1352.239-70, Software License Addendum
CAR 1342.239-71, Electronic and Information Technology
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 [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, NIST LOCAL-39 MARKING/PACKING INSTRUCTIONS
(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.
If you have any questions, please do not hesitate to contact me at [email protected].
Aron Krischel
Contracting Officer for National Institute of Technology
325 Broadway
Boulder, CO 80305
REQUIREMENTS DOCUMENT
TITLE: High Speed Optical Camera Tracking System
LAB REQUESTING ITEM(S): Communications Technology Laboratory, Public Safety Communications Research (PSCR)
NIST PSCR has a requirement for a high speed optical camera tracking system with the capability to provide tracking for a mixed reality environment using a variety of augmented and virtual reality headsets. The systems will need to be installed in two separate facilities – a warehouse space and a smaller lab location.
PSCR is researching the use of virtual and augmented reality for developing, testing, and training on future user interfaces. The lab has developed a variety of virtual environments and scenarios that mimic high risk first responder events using the Unreal Engine. This testbed can be leveraged by developers and researchers for evaluating new technologies for fire fighters, emergency medical services, and law enforcement. A large physical space with tracking will allow for greater immersion of the users by mirroring physical interactions and cognitive load.
The Contractor shall design, deliver, and install a high speed optical camera tracking system for use in a large warehouse environment and a small lab space. The warehouse environment will support a 35’ x 40’ demo area and require tracking around perimeter and cross the center in a grid layout. The lab space will be a smaller scale deployment used for research and development.
This system’s software and networking will run on a Dell server and Juniper/Cisco hardware to be provided by PSCR. The Contractor must use the OptiTrack hardware and software as it is the only system identified that supports the Unreal Engine. The Contractor shall install all software and hardware at the FirstNet Authority and PSCR laboratories in Boulder, Colorado.
The Contractor must provide additional equipment to support the space including virtual and augmented reality headsets, backpack VR computers, rubber floors for play space, and modular walls for configuring various layouts.
2. SPECIFICATIONS
Warehouse High Speed Optical Camera Tracking System:
2. Shall be designed for use at 16’ using a suspension from warehouse ceiling.
3. Shall provide camera mounting hardware for the system.
Lab High Speed Optical Camera Tracking System:
General features:
Final system installation and configuration to support all specifications shall be delivered for acceptance no later than one hundred and eighty (180) days after receipt of order (ARO). Contractor should coordinate with site to ensure warehouse is ready for installation of cameras. A 35’ x 40’ single pipe grid truss is being installed at this location. The current estimate for completion of truss install is 1st quarter of 2021. The small lab install at the NIST facility can occur any time after award. Prior to delivery, please notify the following personnel:
Warehouse installation and all equipment for delivery is:
Sam Gomez
First Responder Network Authorityãã
3122 Sterling Circle, Suite 100
Boulder, CO 80301
Small Lab installation is:
Scott Ledgerwood
NIST
325 Broadway
Boulder, CO 80305
Site access must be coordinated at least 1 week in advance of delivery. The system components will be delivered as shown in Section VII, Deliverables, below.
4. PERFORMANCE REQUIREMENT
Through inspection and basic tests, PSCR personnel will verify that the system performs as expected prior to acceptance and final payment.
5. WARRANTY/MAINTENANCE
The Contractor shall provide a standard manufacture commercial warranty on all components.
6. GENERAL INFORMATION
Media Inquiries: The Contractor employee shall not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the TPOC, COR, and/or CO. There shall be no interviews, comments, or any other response without the knowledge and approval of the NIST Director.
NIST Business Hours: Normal business is conducted between 8:30am and 5:00pm MST, Monday through Friday except Federal Holidays.
See attached for a complete list of required equipment.