Amendment 01: The purpose of this amendment is to 1) release questions and answers, as attached, and 2) extend the solicitation response deadline to September 3, 2025 at 3 PM. All other terms and conditions remain unchanged.
__________________
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 of Commercial Items – as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13.
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 2025-05 dated August 7, 2025.
The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 - Other Computer Related Services. The small business size standard of $34 Million. This is a total small business set-aside competition. Only small businesses under the applicable NAICS code are eligible to respond.
Competition Status: This requirement is released on a brand name only basis.
Non-Competitive (Single-sole Source (Including Brand-Name)) Determination:
The National Institute of Standards and Technology's Engineering Laboratory has three server closets housing a variety of server and network gear, supporting the many programs across the lab. NIST has an existing Eaton 9PX* series UPS units in service, so staying within that product line maximizes efficiency and will simplify technical efforts to monitor the units and alert staff in the event of an issue needing their attention.
Schedule
The section identifies the required contract line-item numbering (CLIN) structure for this Solicitation.
Contract Line-Item Number(s) (CLIN)
The following requirements are applicable under CLINs. All quotations must clearly demonstrate compliance with the CLIN structure, Part Numbers (if applicable), Product Descriptions, and Quantities detailed in the solicitation.
CLIN
Description
Format
Due Date
Quantity
1
Eaton 9PX6K-10
Physical Delivery
30 days ARO
3
2
Eaton 9PXEBM180RT
Physical Delivery
30 days ARO
6
Description of Requirements
Please see attached Statement of Work.
PERIOD OF PERFORMANCE / DELIVERY REQUIREMENTS
Delivery shall be FOB Destination and shall occur no later than 30 days after contractor receipt of order.
CONTRACT TYPE & PAYMENT TERMS
A firm fixed price purchase order is anticipated.
APPLICABLE PROVISIONS AND CLAUSES
Please see the attached document for applicable provisions and clauses.
QUESTION AND ANSWER PERIOD
CAR 1352.215-73 INQUIRIES (APR 2010):
Quoters must submit all questions concerning this solicitation in writing electronically to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov and Ms. Lauren Roller, Contract Specialist, at lauren.roller@nist.gov Questions must be received by or before Tuesday August 26, 2025, at 12:00 PM ET. 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 email to Mr. Collin Randall, Contract Specialist, at Collin.Randall@nist.gov and Ms. Lauren Roller, Contract Specialist, at lauren.roller@nist.gov. Submission must be received not later than Tuesday September 2, 2025, at 12:00 PM ET.
Note: Quoters must have an active registration at www.SAM.gov at time of offer submission to be considered for award. “ID Assigned” is not acceptable; registration must be “Active.”
INSTRUCTIONS TO QUOTERS (Addendum to FAR 52.212-1)
The Quoter’s quotation shall be submitted electronically via email and shall consist of two volumes as detailed below. Each quotation volume shall include the Quoter’s name, System for Award Management Unique Entity Identifier (UEI) number, and point of contact information in a cover page, header/footer, or other easily identified location. The Contracting Officer intends to award a purchase order without discussions but reserves the right to enter into discussions if in the best interest of the Government.
Volume 1: Technical Response
This volume shall contain the Quoter’s technical response. The technical response (not including table of contents,) shall not exceed five (5) single-spaced, single sided pages. Text shall be no less than 12-point font in read-only Microsoft Word or searchable Adobe PDF format.
The technical response shall include the name, title, phone number, and email address of the Quoter’s primary point of contact and the individual authorized to negotiate on behalf of the Quoter (if negotiations are determined to be necessary).
The technical response shall include:
- A description of the proposed product specifications and capabilities as it relates to the requirements identified in the Requirements Document, including the warranty.
- Delivery details, including delivery timeframe and method (i.e., FOB Destination, 30 Days ARO).
Volume 2: Price Quotation
This volume shall contain the Quoter’s price quotation in read-only Microsoft Excel format, or in searchable PDF format. All figures must be rounded to the nearest hundredth.
Price quotations shall be submitted on a firm fixed price basis in accordance with the contract line-item numbering structure identified in this solicitation. Quotations shall be valid for 60 days after solicitation close.
Price quotations shall include unit pricing and total cost, inclusive of the required commercial product, shipping and delivery, training, and warranty. To assist the Government in evaluating firm fixed price quotations, the Quoter shall provide a breakdown of the proposed fixed price by item quoted and shall separate delivery and training pricing from the rest of the quote.
EVALUATION CRITERIA: (Lowest Price Technically Acceptable)
The Government intends to award a task/delivery order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the Lowest Price Technically Acceptable (LPTA) quote.
Technically acceptable means that the quotation meets the following requirements:
- Quotation clearly meets all technical specifications in the required quantities as identified in the Statement of Work document.
- Quotation meets all delivery requirements (F.O.B Destination (Contractor pays for all costs related to shipping) and delivery within 30 days after receipt of order (ARO))
Price will be evaluated for reasonableness. Any cost for tariffs or shipping costs must be included in the quotation as part of the total price quoted.
Summary Statement:
Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The response shall include a QUOTATION with Fixed Pricing that includes as applicable: unit price, list price, total price, any shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination), product or catalog number(s); product description; warranty provisions or considerations; and any other information or factors that may be considered in the award decision. See the Statement of Work document for further detail regarding delivery.