Federal Bid

Last Updated on 30 Aug 2021 at 7 PM
Solicitation
Gaithersburg Maryland

Seven+ Axis Collaborative Robot Arm with Grippers & Linear Translation Rail

Solicitation ID 1333ND21QNB640545
Posted Date 30 Aug 2021 at 7 PM
Archive Date 09 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Gaithersburg Maryland United states 20899

Brief Description- AMENDMENT 0001 NIST 1333ND21QNB640545

REQUIREMENTS: Seven+ Axis Collaborative Robot Arm and Grippers  

The following Amendment 0001 is issued to correct an error in the Point of Contact’s email address in the Solicitation page 17 of 18 highlighted in the attachments for this Amendment and corrected below near the end of the Description posted:

***Organizations shall e-mail their quotation to [email protected] so that it is received by the response date/time for this solicitation. It is the responsibility of the organization to confirm NIST’s receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. An e-mail quotation will be considered received when it is received in the electronic in-box of [email protected] not later than the date and time identified herein.

The submission deadline regarding questions is unchanged.

Any questions regarding this solicitation shall be submitted in writing via e-mail to [email protected] no later than 4:00PM EST August 31, 2021. The Government will only respond to written questions. Questions submitted after this date and time may not be addressed by the Government prior to the quotation submission deadline.

The submission deadline for quotes is unchanged.

***The due date and time for receipt of quotations is September 8, 2021 no later than 4:00PM EST.

Only information received on or before the due date and time for receipt of quotations will be considered for award. Any quotation, or part thereof received after the due date and time for receipt of quotations, will be deemed late and not considered for award.

This ends Amendment 0001 for NIST 1333ND21QNB640545

*********************************************************

SAM.GOV CONTRACT OPPORTUNITIES ANNOUNCEMENT:  SOLICITATION

ACTION CODE:  <SOLICITATION>

CLASSIFICATION CODE:  36 – MISCELLANEOUS SPECIAL INDUSTRY MACHINERY

SUBJECT:  – Seven+ Axis Collaborative Robot Arm with Grippers & Linear Translation Rail

SOLICITATION NO.:  1333ND21QNB640545

RESPONSE DATE:  September 8, 2021

CONTACT POINT:  Harry Brubaker, Contract Specialist; 301-975-8330 (T)

                                   Randy Schroyer, Contracting Officer; 301-975-6314 (T)

THIS IS A SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE.   FAR PART 13 SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT.  THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.

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) 2021-07 published 11 Aug 2021.

The associated North American Industrial Classification System (NAICS) code for this procurement is 333999 with a small business size standard of 500 employees.

This acquisition is 100% set-aside for Small Business Concerns and interested Offerors may submit a firm fixed-price quotation in accordance with the specifications included herein and inclusive of F.O.B Destination shipping.   

The National Institute of Standards and Technology (NIST) intends to issue a Firm Fixed Priced (FFP) purchase order to acquire one (1) Seven+ Axis Collaborative Robot Arm, two (2) Grippers, and one (1) Linear Translation Rail IAW the Statement of Requirements (SoR) incorporated in this Solicitation.

All equipment must be new.  Used or remanufactured equipment will not be considered for award.

Responsible quoters shall provide a quotation which includes all the following line items:

LINE ITEM 0001: QTY 1 EACH - Collaborative Robotic Arm with a Minimum of 7 Axis

LINE ITEM 0002: QTY 1 EACH - 2-finger Parallel or Adaptive Gripper

LINE ITEM 0003: QTY 1 EACH - Vacuum/Suction Cup Gripper/End Effector

LINE ITEM 0004: QTY 1 EACH - Linear Translation Rail (the 8th Axis)

STATEMENT OF REQUIREMENTS

 Seven+ Axis Collaborative Robot Arm and Grippers

Requirements

NIST requires a robotic arm with a minimum of seven axis capable of replicating many human-arm movements and easily move and rotate a device in cartesian space and avoid collisions with existing structures with an eighth axis rail necessary to extend the footprint of operation.  The Contractor shall provide equipment that meets the following minimum requirements:

CLIN 0001: Collaborative Robotic Arm with a Minimum of 7 Axis (see Fig. 1a Attachment)

A. Hardware

shall be capable of lifting single glass slides (2-5 g), a tray of 10-20 slides (»200 g), and containers of solution (»500 g) 

shall have a reach of at least 60 cm (≥600 mm) and shall include 180° wrist rotation for the end of arm tooling in order to rotate a single-sided flat sample

shall have the flexibility to move samples within an existing autonomous liquid handling system (Opentrons OT-2), 63 cm width, 57 cm depth, 66 cm height, with an opening that is 52cm wide, 30-50cm in height (see Attachments SOR Fig 1b), with an opening that is 52cm wide, 30-50cm in height

arm’s motors shall have reproducible position control

shall perform continuous use in humid environments from 50-70% humidity at 20C

repeatability:  ±0.2 mm or better

reach: ≥600 mm.

speed: ≥90 Degree/s for axis rotation, ≥75 mm/s linear translation

degrees of Freedom: 7 rotational joints.

payload: ≥ 1.2 kg. 

end of arm plate shall be compatible with a variety of End of Arm Tooling (EoAT) including  CLINs 0002 and CLIN 0003  

shall conform to one of the ISO-9409-1:2004 sub-standards located at:  https://www.iso.org/standard/36578.html

I/O communication ports: two sets of ports, one on the end-of-arm and one in the base/control box.

end of arm ports shall be at a minimum of 2 digital inputs, 2 digital outputs and 1 RS-485 Modbus for communication with end factor

additional ports in base/control box shall be at a minimum of 6 digital input, 6 digital output 2 analog input, 2 analog output

control communication: external communication by ethernet

load bearing structures shall be constructed of metal alloys or carbon fiber composites

footprint, weight: £200mmx200mm, £20 kg

controller: controller shall be internal to base or a separate unit.

shall be compatible with US AC voltages (115 VAC) and draw no more than 15A

control unit shall come with an emergency stop switch

motion control: the movement shall be smooth and without recoil upon deceleration 

increasing speed shall not jeopardize the reproducibility of motions and positional accuracy.

minimum speed required is 75mm/s for cartesian motion and 90°/s for rotational motion.

B. Software

Software for the operation of the arm, gripper, and rail that shall have a graphical user interface (GUI) to create and modify toolpaths and sequence steps for a programming novice.  The software shall also be compatible with python scripting, with a downloadable (GitHub, Pip, Pyply, etc.) software development kit (SDK), application programming interface (API), python module, or ROS package that can be imported by open source python (3.8+) programs already written to control other autonomous instruments. The software shall record mimicry/hand-guided user programming and automatically translate the toolpaths and positions sets created in the GUI to the python readable command scripts. Incorporating gripper and rail control into the software shall come with instructions and predicted to take less than 4hrs by a programming novice for each device.

A critical aspect of the system is the control software for the robot arm. It shall include a teaching mode that allows toolpath teaching to be accomplished by a programming novice.  It shall also allow for control of the robot via a central PC communicating via USB, GPIB, or Ethernet and software integration with Python (≥3.8).

The control software shall provide facile translation between the teaching mode languages and python scripts needed to run the robot autonomously.

Software Control Ease of programming is vital. User shall be able to input toolpaths and coordinates by hand via mimicry and/or via an intuitive graphical user interface.   These inputs shall have a facile translation to a script written in Python 3.8 or greater, in order to integrate with existing automation software in Jupyter notebooks.  After initial user guided programming, it shall be possible to direct the robot with the python scripts continuously for 48 hours without loss of positional accuracy or precision. 

Software shall meet NIST IT Security and Standard operating configuration requirements as follows:

The Government will perform security assessments for authorization (A&A) and continuous monitoring, to include web, database, and operating system vulnerability scanning (as applicable) and will inform the Contractor of identified risks associated with missing patches and/or configuration settings. The Government will determine the risk rating of identified vulnerabilities. The Government prefers, but does not require, that the Contractor provide an action plan, and a schedule for implementing the action plan and providing an updated version of the software, at no cost to the Government, to mitigate security risks found during A&A and continuous monitoring activities not later than 90 days of NIST’s notification of security risks.

CLIN 0002:  A 2-Finger Parallel or Adaptive Gripper

One (1) electronically actuated, 2-finger parallel gripper OR one (1) actuator only (no fingers) with range, travel, and gripping force of which either meets the minimum specifications shown below.

The supplied gripper can either be a Zimmer GEP200610-00-B or equivalent, a Robotiq Hand-E or equivalent, or of Contractor’s own design that shall meet the following specifications,

shall include all mounting plates, cabling and software for integration of actuation of gripper into arm control code; arm control box shall provide adequate power for operation of supplied gripper

application shall transport standard 96-well plates, length: 127.71 mm, width: 85.43 mm, height: 14.10 mm, weighing 50g.  

shall allow facile replacement of fingers for in-house customization

Contractor shall provide gripper drawings within 14 days after award to allow NIST to fabricate additional fingers prior to delivery

gripper mass: shall allow minimum of .5 kg payload (i.e, £arm payload-.5 kg)

finger travel: ³6 mm per jaw

holding force: ³20 Newtons

actuation: electronic

environment: (50-70% humidity at 20C).

CLIN 0003:  Vacuum/Suction Cup Gripper/End Effector

One (1) Vacuum/Suction Cup Gripper/End Effector and all mounting plates, cabling, tubing and software for integration of actuation of gripper into arm control code.  All regulators, etc. necessary for pneumatic operation shall be provided.

Supplied gripper can either be custom designed by Contractor to following specifications, or a Robotiq e-pick or equivalent

The Vacuum/Suction Cup Gripper/End Effector shall meet the following minimum requirements:

gripper mass: shall allow minimum of .5 kg payload (i.e. £arm payload-.5 kg)

grip: minimum of 1 suction cup, diameter < 30mm

actuation method: electronic, pneumatic, or air-compression. (NIST has its own compressed air at 80 psi / no compressor is needed)

minimum payload: 200g

incorporated sensing/feedback of target acquisition/loss

CLIN 0004:  Linear Translation Rail (the 8th Axis)

To facilitate coordination of the arm with both existing liquid-handling systems and custom device measurement systems, the Contractor shall provide a linear rail for translation of the arm. Mechanical specification of the rail shall be such as to not degrade the repeatability (sag, torque) specifications of the arm. The Contractor shall provide all cabling and drivers/software necessary for seamless integration of translation with arm movement.

The Linear Translation Rail shall meet the following minimum requirements:

rail travel ³500 mm

velocity ³100 mm/s

repeatability £0.1 mm (equal to or better than arm repeatability)           

Warranty for CLINS 0001-0004

The Contractor shall warrant that all hardware and software functions within its specification defined above at the time of delivery and shall be free from defects in materials and workmanship.  The Contractor shall include a minimum one (1) year warranty covering the hardware and software.  The warranty shall cover all parts, labor, shipping, software updates, and include telephone or email support with 24 hours response time from the Contractor’s Certified Engineers.  The warranty shall commence upon successful completion of delivery and acceptance.

DELIVERY

Delivery shall be FOB DESTINATION and shall occur within 8 weeks from date of award.  The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order.

Delivery by Contractor shall be to:

National Institute of Standards and Technology (NIST)

100 Bureau Drive

Building 301 Shipping and Receiving

Gaithersburg, MD 20899

Normal hrs. of operation are Monday through Friday, 8:30 am to 5:00 pm with the exception of Federal holidays.

Deliverables

Quantity

Due Date

CLIN 0001 – Robotic Arm

One

8 weeks after award

CLIN 0002 – Two-Finger Gripper

One

8 weeks after award

CLIN 0003 – Vacuum Gripper

One

8 weeks after award

CLIN 0004 – Linear Rail

One

8 weeks after award

INSTALLATION, TESTING, AND ACCEPTANCE

Installation will be completed by the Government within 30 days.  Testing will be completed by the Government within 21 days of installation.  Final acceptance by the Government will be granted after confirmation that CLINs 0001-0004 meet all minimum salient characteristics defined in the SoR).

Should any deficiencies be noted prior to final acceptance, the Contractor will be notified and provided the opportunity to correct all deficiencies, at their expense, in accordance with the commercial terms and conditions articulated in FAR 52.212-4 of the purchase order.

ADDENDUM TO FAR 52.212-1

QUOTATION PREPARATION INSTRUCTIONS

All offerors shall submit the following: 

Each quotation shall consist of two (2) separate electronic files: (a) Technical Quotation (Vol. I); and, (b)

Business/Pricing Quotation (Vol. II).

Incomplete quotations may be considered non-compliant and removed from further consideration. 

Quotations shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled.  All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number.  A one-page transmittal letter signed by an individual authorized to commit the organization shall be transmitted with the quotation to the Government.  Each quotation shall be on 8.5” x 11” paper, in a commercially standard font, not smaller than 12-point font.  Each page in the quotation shall be separately numbered.  The quotation shall be limited to twelve (12) single-sided pages (excluding the letter of transmittal, cover letter, and product literature).

Overall Arrangement of Documents

VOLUME I:  TECHNICAL

NIST will evaluate quotations, based on the information submitted in support of the following factor:

Technical Capability

The offeror shall submit a thorough technical description and/or product literature which clearly identifies the manufacturer and model nos. for the Seven+ Axis Collaborative Robot Arm with Grippers & Linear Translation Rail that are being proposed, and clearly identifies each system requirement listed in the SoR.  The offeror must demonstrate that its proposed componentry meets or exceed each minimum system requirement described herein by providing a citation to the relevant section of its technical description or product literature.  The Contractor shall not simply state they will meet the requirement; evidence must be provided.  If an offeror does not indicate how its proposed componentry meets a certain minimum system requirement, NIST will determine that it does not.  If applicable, evidence that the offeror is authorized by the OEM to provide the item(s) in the quotation should be included.

VOLUME II:  BUSINESS/PRICING

The Offeror shall submit one copy of the completed price schedule.  If the quotation is submitted electronically, additional copies are not required.  The price quotation shall be separate from any other portion of the quotation.  The Offeror shall propose a firm fixed price, FOB Destination, for CLINs 0001-0004 that includes a one-year warranty.

The Offeror is encouraged to discount its rates.  If price discounts are offered, identify the percentage of price discount and/or price reduction offered.

The Volume II Business Pricing Quotation shall include:

a) the offeror’s Dun and Bradstreet Number (DUNS)

To be eligible for evaluation, the offeror must have an active registration in the System for Award Management (www.sam.gov) 

b) Completed FAR Provisions:  52.204-17, 52.204-20, 52.204-26, 52.209-2, 52.209-11, 52.222-22, 52.222-25, 52.223-22, 52,225-2, and 52.225-18 (included elsewhere in this solicitation)

c) Page(s) from Contractor’s established Commercial Pricelist associated with the Seven+ Axis Collaborative Robot Arm with Grippers & Linear Translation Rail being quoted

d) The place of manufacture (origin) of the Seven+ Axis Collaborative Robot Arm with Grippers & Linear Translation Rail being quoted

The Government anticipates that the resultant purchase order will be awarded based upon adequate price competition.  However, in order to determine that prices are fair and reasonable, the Government reserves the right to request the organization provide further cost breakdown to support quoted prices.

ADDENDUM TO FAR 52.212-2

EVALUATION AND BASIS FOR AWARD

The Government will award a purchase order resulting from this solicitation that will include the terms and conditions that are set forth herein to the responsible offeror whose quotation is deemed technically acceptable and is the lowest price. 

The Government intends to make a single award and reserves the right to make no award as a result of this solicitation.

The Government intends to evaluate quotations and award a purchase order without discussions with offerors.  Therefore, the offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint.  However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.  The Government may reject any and or all quotations if such action is in the public interest; accept other than the lowest price quotation; and waive informalities and minor irregularities in quotations received.

The Government reserves the right to request revised quotations from, or negotiate final contract terms with, one or more, but not all, quoters if later determined by the Contracting Officer to be necessary.

The Government will evaluate quotations based on the following criteria:  a) technical capability; and 2) price

Technical Capability

No prototypes, demonstration models, used or refurbished instrumentation will be considered.

Evaluation of technical capability will be based on the information provided in the technical quotation.  NIST will evaluate whether the offeror has demonstrated that its proposed system meets or exceeds all minimum salient characteristics.  Quotations that do not demonstrate the proposed system meets all minimum salient characteristics will not be considered further for award.

Price

The Government will evaluate the Offeror’s proposed pricing for reasonableness.

Price will not be evaluated for quotations that are determined technically unacceptable under the Technical Capability evaluation factor.

***APPLICABLE PROVISIONS AND CLAUSES***

The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/index.html

The following FAR provisions apply to this acquisition:

52.204-7 System for Award Management (OCT 2018);

52.204-16 Commercial and Government Entity Code Reporting (AUG 2020);

52.204-17 Ownership or Control of Quoter (AUG 2020);

                                       Ownership or Control of Offeror (Aug 2020)

      (a) Definitions. As used in this provision–

      Commercial and Government Entity (CAGE) code means–

           (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity by unique location; or

           (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code.

           Highest-level owner means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest-level owner.

           Immediate owner means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees.

      (b) The Offeror represents that it □ has or □ does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture.

      (c) If the Offeror indicates "has" in paragraph (b) of this provision, enter the following information:

     Immediate owner CAGE code: ____________________

     Immediate owner legal name: ______________________

     (Do not use a "doing business as" name)

     Is the immediate owner owned or controlled by another entity?: □ Yes or □ No.

      (d) If the Offeror indicates "yes" in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information:

     Highest-level owner CAGE code: ___________________

     Highest-level owner legal name: ___________________

     (Do not use a "doing business as" name)

(End of provision)

52.204-20 Predecessor of Offeror (AUG 2020)

Predecessor of Offeror (Aug 2020)

      (a) Definitions. As used in this provision–

      Commercial and Government Entity (CAGE) code means–

           (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity by unique location; or

           (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code.

      Predecessor means an entity that is replaced by a successor and includes any predecessors of the predecessor.

      Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances.

      (b) The Offeror represents that it □ is or □ is not a successor to a predecessor that held a Federal contract or grant within the last three years.

      (c) If the Offeror has indicated "is" in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order):

          Predecessor CAGE code: (or mark "Unknown").

          Predecessor legal name:  .

          (Do not use a "doing business as" name).

(End of provision)

52.204-22 Alternative Line Item Proposal (JAN 2017);

52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020);                       

Covered Telecommunications Equipment or Services-Representation (Oct 2020)

      (a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

      (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".

      (c) 

(1) Representation. The Offeror represents that it □ does, □ does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.

           (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it □ does, □ does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.

(End of provision)

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations – Representation (NOV 2015);

Prohibition on Contracting with Inverted Domestic Corporations-Representation

      (a) Definitions. “Inverted domestic corporation” and “subsidiary” have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10).

      (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.

      (c) Representation. The Offeror represents that-

           (1) It □ is, □ is not an inverted domestic corporation; and

           (2) It □ is, □ is not a subsidiary of an inverted domestic corporation.

(End of provision)

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law (FEB 2016)

Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)

(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that—

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Quoter represents that—

(1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

(2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)

52.212-1 Instructions to Quoters – Commercial Items (JUN 2020);

52.212-2 Evaluation—Commercial Items (OCT 2014);

52.212-3 Quoters Representations and Certifications- Commercial Items (FEB 2021);

In accordance with FAR 52.212-3 Quoter Representations and Certifications – Commercial Items, quoters must complete annual representations and certifications on-line at sam.gov/SAM/ and be actively registered to be eligible for award.  If paragraph (j) of the provision applies, a written submission is required.

52.222-22 Previous Contracts and Compliance Reports (FEB 1999);

The quoter represents that—

It □ has, □ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;

It □ has, □ has not filed all required compliance reports; and

Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.

(End of provision)

52.222-25 Affirmative Action Compliance (APR 1984);

The offeror represents that-

      (a)It □ has developed and has on file, □ has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or

      (b)It □ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

(End of provision)

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals – Representation (DEC 2016);

      (a) This representation shall be completed if the Offeror received $7.5 million or more in Federal contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year.

      (b) Representation. [Offeror is to check applicable blocks in paragraphs (1) and (2).]

           (1) The Offeror (itself or through its immediate owner or highest-level owner) □ does, □ does not publicly disclose greenhouse gas emissions, i.e., make available on a publicly accessible website the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard.

           (2) The Offeror (itself or through its immediate owner or highest-level owner) □ does, □ does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly available website a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage.

           (3) A publicly accessible website includes the Offeror’s own website or a recognized, third-party greenhouse gas emissions reporting program.

      (c) If the Offeror checked "does" in paragraphs (b)(1) or (b)(2) of this provision, respectively, the Offeror shall provide the publicly accessible website(s) where greenhouse gas emissions and/or reduction goals are reported:________________.

(End of provision)

52.225-2 Buy American Certificate.

Buy American Certificate (Feb 2021)

      (a) 

(1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product.

           (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products.

           (3) The terms "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies."

      (b) Foreign End Products:

Line Item No.

Country of Origin

______________

___________________________________

______________

___________________________________

______________

___________________________________

     [List as necessary]

      (c) The Government will evaluate offers in accordance with the policies and procedures of part  25 of the Federal Acquisition Regulation.

(End of provision)

FAR 52.225-18, Place of Manufacture (AUG 2018)

(a) Definitions. As used in this provision—

“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except—

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.

 [ ] (1) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or

[ ] (2) Outside the United States.

52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran – Representation and Certifications (JUN 2020);

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

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):  http://acquisition.gov/far/index.html


The following FAR clauses apply to this acquisition:

52.204-13 System for Award Management Maintenance (OCT 2018);

52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020);

52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014);

52.212-4 Contract Terms and Conditions – Commercial Items (OCT 2018);

52.232-8 Discounts for Prompt Payment (FEB 2002);

52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013);

52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS [(DEVIATION APR 2020)]

(a)[(1) In accordance with 31 U.S.C. 3903 and 10 U.S.C. 2307, upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract [in accordance with the accelerated payment date established], to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, [with a goal of 15 days] after receipt of a proper invoice and all other required documentation from the small business subcontractor [if a specific payment date is not established by contract.

(2) The Contractor agrees to make such payments to its small business subcontractors without any further consideration from or fees charged to the subcontractor].

The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.

Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.

                                                                           (End of clause)

52.247-34 F.o.b. Destination (NOV 1991);

52.252-2 Clauses Incorporated by Reference;

Clauses Incorporated By Reference (Feb 1998)

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/far/index.html

 
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021) —
Commercial Items including subparagraphs:

52.219-28 Post Award Small Business Program Rerepresentation (NOV 2020);

52.222-19 Child Labor – Cooperation with Authorities and Remedies (JAN 2020);

52.222-21 Prohibition of Segregated Facilities (APR 2015);
52.222-26 Equal Opportunity (SEP 2016);

52.222-36 Affirmative Action for Workers with Disabilities (JUN 2020);

52.222-50 Combatting Trafficking in Persons (OCT 2020);

52.225-1 Buy American  – Supplies (JAN 2021);

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020);

52.225-13 Restriction on Certain Foreign Purchases (FEB 2021); and
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018)

The following Department of Commerce (CAR) provisions and clauses apply to this acquisition.  The CAR can be accessed online at

http://www.ecfr.gov/cgi-bin/text-idx?SID=6b3121d28d772a0296241b81d731dbf1&mc=true&node=pt48.5.1352&rgn=div5

PROVISIONS:

1352.215-72 Inquiries (Apr 2010)

Quoters must submit all questions concerning this solicitation in writing to [email protected] within six (6) calendar 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.

1352.233-70 Agency Protests (Apr 2010)

An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate Protest Decision Authority.  See 64 Fed. Reg. 16,651 (April 6, 1999)

 Agency protests filed with the Contracting Officer shall be sent to the following address:  NIST/Acquisition Management Div.

Attn:  Randy Schroyer, Contracting Officer

100 Bureau Dr., M/S 1640

Gaithersburg, MD  20899

 Agency protests filed with the agency Protest Decision Authority shall be sent to the following address:  NIST/Acquisition Management Div.

Attn:  Head of the Contracting Office (HCO)

100 Bureau Dr., M/S 1640

Gaithersburg, MD  20899

A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.

Service upon the Contract Law Division shall be made as follows:

U.S. Department of Commerce

Office of the General Counsel

Chief, Contract Law Division

Room 5893

Herbert C. Hoover Building

14th Street and Constitution Avenue, NW

Washington, DC  20230

FAX:  202/482-5858

CLAUSES:

1352.201-70 Contracting Officer’s Authority (Apr 2010)

The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price.

1352.209-73 Compliance with the Laws (Apr 2010)

The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract.

1352.209-74 Organizational Conflict of Interest (Apr 2010)

(a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors:

(1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and

(2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract.

(b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as “contractor”) in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venture, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both.

(c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest.

(d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract.

(e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms “contract,” “contractor,” and “Contracting Officer” shall be appropriately modified to preserve the Government's rights.

(f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1 and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk.

(g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof.

1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010)

A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed.

A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims.

Service upon the Contract Law Division shall be made as follows:

U.S. Department of Commerce

Office of the General Counsel

Chief, Contract Law Division

Room 5893

Herbert C. Hoover Building

14th Street and Constitution Avenue, N.W.

Washington, D.C.  20230

FAX: (202) 482-5858

1352.246-70 Place of Acceptance

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, 100 Bureau Dr., Gaithersburg, MD  20899

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.
 

NIST LOCAL-54 ELECTRONIC BILLING INSTRUCTIONS

NIST requires that Invoice/Voucher submissions are sent electronically via email to [email protected].

Each Invoice or Voucher submitted shall include the following:

(1) Contract number;

(2) Contractor name and address;

(3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers);

(4) Date of invoice;

(5) Invoice number;

(6) Amount of invoice and cumulative amount invoiced to-date;

(7) Line Item Number (LIN);

(8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered;

(9) Prompt payment discount terms, if offered; and

(10) Any other information or documentation required by the contract.

And other appropriate clauses as needed

Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm

***Organizations shall e-mail their quotation to [email protected] so that it is received by the response date/time for this solicitation.  It is the responsibility of the organization to confirm NIST’s receipt of its quotation.  Each quotation shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price.  An e-mail quotation will be considered received when it is received in the electronic in-box of [email protected]  not later than the date and time identified herein.

This solicitation does not commit the Government to pay any costs for the preparation and submission of a quotation.

The Contracting Officer is the only individual who can legally commit and obligate the Government to the expenditure of public funds in connection with this proposed acquisition.

Any questions regarding this solicitation shall be submitted in writing via e-mail to [email protected]  no later than 4:00PM EST August 31, 2021. The Government will only respond to written questions.  Questions submitted after this date and time may not be addressed by the Government prior to the quotation submission deadline.

***The due date and time for receipt of quotations is September 8, 2021 no later than 4:00PM EST.

Only information received on or before the due date and time for receipt of quotations will be considered for award.  Any quotation, or part thereof received after the due date and time for receipt of quotations, will be deemed late and not considered for award.

Bid Protests Not Available

Similar Past Bids

Location Unknown 21 Aug 2019 at 8 PM
Hill air force base Utah 14 Oct 2020 at 1 PM
Reston Virginia 27 Aug 2021 at 11 PM

Similar Opportunities

Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 18 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)