AMENDMENT 0001:
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 2025-03 effective 01/17/2025.
The associated North American Industry Classification System (NAICS) code for the requirement is 334519- Other Measuring and Controlling Device Manufacturing.
This acquisition shall be procured on a full and open basis. Simplified acquisition procedures will be utilized.
BACKGROUND INFORMATION
The Wildland Urban Interface (WUI) Fire Group of the Fire Research Division (FRD) of the Engineering Laboratory (EL) at the National Institute of Standards and Technology (NIST) researches many different aspects of the WUI fire problem. The aim of the research is to reduce the risk of fire hazards in WUI communities. This includes conducting case studies in WUI communities that have experienced fires, developing a methodology for mitigating hazards in WUI communities, conducting experiments on parcel-level combustibles, studying the effects of separation distance between structures on fire spread, and studying the transport and deposition of wildland firebrands.
The purpose of this acquisition is to obtain a fully automated, 360-degree 3D scanning system capable of processing large quantities of firebrands collected during WUI fire experiments. This system will enable NIST to conduct detailed morphology analyses efficiently by allowing multiple objects to be scanned simultaneously without user intervention (no object handling during scanning procedure, no scan alignment needed).
APPLICABLE ATTACHMENTS
- Attachment 1 – Applicable Provisions and Clauses
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 June 18, 2025.
CONTRACT LINE-ITEM STRUCTURE
Offerors shall provide firm-fixed pricing for the following contract line-item number (CLIN):
Note: 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) 3D Scanning System 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, is the lowest price, technically acceptable quotation.
Technically acceptable means that the offeror provides a system that meets the requirements specified in the Requirements Document and the requirements of all Line Items. Evaluation of technical capability shall be based on the information provided in the quotation. The National Institute of Standards and Technology (NIST) will evaluate whether the offeror has demonstrated that its proposed equipment and service meets all minimum requirements. If an offeror does not indicate how its proposed equipment meets a certain minimum requirement, NIST will determine that it does not.
The proposed pricing will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government.
NIST intends to evaluate quotations and issue a purchase order based on the initial quotes received. Therefore, the offerors initial quote should contain the offerors best terms from a price and technical standpoint. The Contracting Officer anticipates awarding this requirement without discussions but reserves the right to enter discussions if it is deemed necessary.
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 attached provisions/clauses document).
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.
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/.