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 WRITTEN SOLICITATION DOCUMENT (I.E. STANDARD FORM) 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 2025-04 effective 06/11/2025.
The associated North American Industry Classification System (NAICS) code for the requirement is 334519 – Other Measuring and Controlling Device Manufacturing.
This acquisition will be conducted as a small business set-aside. Simplified acquisition procedures will be utilized.
BACKGROUND INFORMATION
The Production Systems Group (PSG) in the NIST Engineering Laboratory conducts research in metals-based additive manufacturing (AM) to develop and deploy advances in measurement science that will enable rapid design-to-product transformation. The PSG is expanding its measurement science facilities of additive manufacturing (AM) research.
A rotary spinning riffler or rotary sample divider is used for (dry) powder sampling. It is the most reliable method for creating representative samples of the original powder stock. Powder is fed through a vibratory feeder into the divider head. As the divider head spins the powder is equally distributed to the containers (or attached bottles). These powder samples are used to test the repeatability and reproducibility of the results obtained from various ‘powder testing’ instruments. We need a mid-size rotary riffler that can sample around 2000 cm3 of the dry powder into 10 bottles.
The PSG aims to procure the above-mentioned ‘Mid-Size Rotary Riffler’ and the ancillary instruments (if any) to be installed at the PSG at NIST Gaithersburg, Maryland campus. The PSG has identified the scope of measurement science by identifying the challenges faced by key stakeholders in metal AM powder spreadability research.
APPLICABLE ATTACHMENTS
- Attachment 1 – Applicable Provisions and Clauses
1352.215-73 INQUIRES (APR 2010):
Offerors must submit all questions concerning this solicitation in writing electronically to Marvin Jean at marvin.jean@nist.gov. Questions must be received no later than July 16, 2025 12:00 p.m. EST after solicitation issuance. Any responses to 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).
DUE DATE FOR QUOTATIONS
All quotations must be submitted via e-mail to marvin.jean@nist.gov.
Quotations must be received no later than 12:00 p.m. Eastern Time July 21, 2025.
CONTRACT LINE-ITEM STRUCTURE
Offerors shall provide firm-fixed pricing for the following contract line-item number (CLIN):
Note: All proposed equipment shall be new. Used or refurbished equipment will not be considered. Experimental, prototype, or custom items will not be considered. The use of “gray market” components not authorized for sale in the U.S. by the Offeror is not acceptable.
CLIN
Description
Quantity
Price
0001
The Contractor shall provide one (1) Mid-Size Rotary Riffler as specified in the attached requirements document.
See Attachment 1 for technical specifications
One (1)
Each
$
EVALUATION CRITERIA AND BASIS FOR AWARD
The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, represents the best value to the Government, based on the following factors: technical capability, price, and past performance.
Technical Evaluation
"Technically acceptable" means the offeror proposes a solution that meets all requirements specified in the Requirements Document and all listed Contract Line Item Numbers (CLINs). Quotes for prototypes, demonstration models, used, or refurbished equipment will not be considered.
The evaluation of technical capability will be based solely on the documentation provided in the quotation. NIST will assess whether the offeror has demonstrated that its proposed equipment and services meet all stated minimum requirements. If the offeror fails to clearly address how a specific requirement is met, the Government may determine the quote to be technically unacceptable.
Price Evaluation
Proposed pricing will be evaluated to determine whether the total price is consistent with the technical proposal and represents a fair and reasonable overall cost to the Government.
Past Performance Evaluation
Past performance will be evaluated to assess the degree of confidence the Government has in the offeror’s ability to successfully perform the required effort, based on relevant and recent experience. This evaluation may be based on past performance information submitted by the offeror, as well as any other sources available to the Government, including CPARS, prior contract files, or references.
Award Determination
NIST intends to evaluate quotations and issue an award based on the initial quotations received, without discussions. Therefore, offerors should ensure that their initial submission reflects their best terms with respect to both price and technical capability. However, the Contracting Officer reserves the right to hold discussions if determined to be in the best interest of the Government.
REQUIRED SUBMISSIONS
All Offerors shall submit the following:
1. For the purpose of evaluation of Technical Acceptability: Documentation that confirms the offeror is capable of providing the equipment specified in the Requirements Document. Offeror shall include a copy of the quoted equipment manufacturer’s specifications.
2. Offeror shall provide pricing for the items located under CLIN 0001
3. A completed version of all required solicitation provisions (see attachment 1).
4. Any award resulting from this solicitation will contain the following statement: “The Government’s terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government’s and contractor’s terms and conditions, the Government’s terms and conditions take precedence.” If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:” [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor’s acceptance of the Government’s terms and conditions for inclusion into the resultant purchase order as prevailing.
5. Offeror shall provide an active UEI # for the System for Award Management (SAM) registration.
6. Offeror shall submit at least one (1) past performance reference for a contract or order of similar size, scope, and complexity, performed within the last three (3) years. References shall include:
- Customer name and point of contact (email/phone)
- Contract number and dollar value
- Period of performance
- Brief description of the work performed
Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor’s FSS or GWAC contract, and the statement required above shall be included in the quotation;
PROVISIONS AND CLAUSES:
The clauses and provisions applicable to this solicitation can be found under Attachment 1: Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at http://www.osec.doc.gov/oam/acquistion_management/policy/.