SOLICITATION NOTICE
D -- Environmental, Health, and Safety Software System - Statement of Work - Past Performance Questionnaire - Attachment A: Minimum Requirements
- Notice Date
- 8/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-10-RQ-0753
- Archive Date
- 9/16/2010
- Point of Contact
- Keith Bubar, Phone: 3019758329
- E-Mail Address
-
keith.bubar@nist.gov
(keith.bubar@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Offerors shall complete this Attachment and submit it as part of their response This is the Past Performance Questionnaire that must be completed in order to be evaluated on Past Performance. This Statement of Work details the requirement in full. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for quotation. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511. This requirement will be set aside for small businesses under the corresponding small business size standard of $25 million. The Government anticipates a fixed price type purchase order. The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222.19, 522.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. 52.227-19 52.219-14 The full text for the applicable clauses and provisions can be found at the following link: https://www.acquisition.gov/far/html/FARTOCP52.html The following standards of Section 508 of the Rehabilitation Act of 1973 apply to this acquisition: 1194.21 - Software applications and operating systems 1194.31 - Functional performance criteria 1194.41 - Information, documentation, and support Description of Requirement: Currently, the National Institute of Standards and Technology (NIST) Office of the Chief Safety Officer (OCSO) is in the process of reinventing the NIST safety organization and its processes. A key element in this effort is the acquisition of an integrated Environmental Health and Safety (EHS) software system. This system will support the safety organization's transition from manual, paper-based processes and tool to more efficient and effective automated processes. The system acquired shall be capable of supporting existing and planned programs ranging from medical incident tracking to the waste water and air quality management. The system must include a robust reporting capability and be able to interface with existing systems such as the CisPro chemical inventory database. The contractor shall provide a system to meet these needs in accordance with the attached Statement of Work. Attached are the following documents: - Statement of Work - Attachment A: Minimum Requirements - Past Performance Questionnaire Please see the attached Statement of Work for a detailed description of this requirement. SUBMISSION AND EVALUATION Quotation Submission Instructions: The Offeror shall include the following information in its open market quotation, organized as indicated below. a. Completed Minimum Requirements Document The offeror shall complete the attached document entitled "Attachment A - Minimum Requirements" to display their solution's compliance with the minimum functional requirements of the required solution. An Offeror must complete Attachment A with brief descriptions as to how their solution meets each of the minimum requirements. b. Description of Relevant Experience The Offeror shall provide a detailed description of their relevant experience in the customization, implementation, installation, and integration of Environmental, Health, and Safety Software systems. Documentation regarding experience shall not exceed 3 pages in length. c. Past Performance Information Questionnaire A completed Past Performance Information Questionnaire (the required format is attached to this solicitation) for similar contracts/orders for which the offeror has performed as a prime Contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past three years by governmental entities (federal, state, or local) or by nongovernmental entities. The offeror shall submit Part I of the questionnaire with its quotation. The offeror should have its references submit Part II of the questionnaire according to the instructions contained therein. d. Cost/Price The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror must specify the fixed price for each portion of the solution as a whole, broken down to the Offeror's preference. The Offeror must also submit fixed hourly rates in its quotation that include wages, overhead, general and administrative expenses, and profit for the labor portions of this requirement. The Offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by-- (1) The Offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates of the offeror under a common control; The Offeror shall propose the applicable labor categories, total number of estimated hours per labor category, a fully loaded hourly rate per labor category, and a total fixed price cost based on those labor categories, hours and fully loaded rates for performance of all activities required by this solicitation. The cost/price section of the quotation shall also include a detailed breakdown of travel requirements, if any, proposed by the Offeror. Such breakdown should include specific trips, number of days per trip, as well as cost for hotels, lodging, meals and incidental expenses. Travel costs should be based on Chapter 301 of the Federal Travel Regulation (FTR) and would be reimbursed accordingly. For current GSA-approved per-diem rates and personally operated vehicle (POV) rates that should be used to estimate travel costs, go to www.gsa.gov, and then click on "Per Diem Rates" and "POV Mileage Reimbursement" on the top left side of that page. Airfare would be reimbursed as coach class airfare. The Government will allow application of General and Administrative (G&A) burden to proposed travel costs (if any), but will not authorize payment of profit on travel costs. Therefore, the Offeror shall not include profit for proposed travel costs. The Offeror shall submit its quotation by email so that it is received at keith.bubar@nist.gov no later than September 1, 2010 at no later than 12:00 p.m. Eastern Time. EVALUATION FACTORS FOR AWARD: The Government intends to use a tradeoff process to award a purchase order to the responsible Offeror whose proposal represents the best value to the Government, evaluated cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest-cost/priced offeror or to the offeror with the highest technical rating if the Contract Specialist determines that to do so would result in the best value to the Government. Upon receipt of proposals, the Contract Specialist will review them to determine if each offeror followed all of the proposal preparation instructions in this solicitation. A proposal that did not follow the proposal submission instructions may be deemed unacceptable and may not be further evaluated. Each proposal will be evaluated against the factors described below. Evaluation Factors: A. Technical Capabilities: The Government will evaluate the offeror's response to the Attachment A- Minimum Requirements document. The Government will assess how well a Contractor's technical response addresses NIST's requirements. A Contractor is not solely limited to discussion of these features. The offeror must demonstrate that the proposed equipment satisfies all of the technical requirements described in the Minimum Requirements. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. \ B. Experience: The Government will evaluate the offeror's experience to determine the overall amount of relevant experience that the offeror has had in the customization, implementation, installation, and integration of Environmental, Health, and Safety Software systems. C. Past Performance: The Government will evaluate the offeror's past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. The Government will assign a neutral rating to offerors with no relevant past performance information within the past three years or for which past performance information was reasonably unavailable. The Government may also obtain past performance information from sources other than those provided by the offeror in its quotation to complete its evaluation of this factor. D. Evaluated Price/Cost: The Government shall evaluate the reasonableness of the offerors' proposed price of the overall solution, broken down into applicable sections to show how the total cost was derived. The evaluation factors are listed in descending order of importance. Together, Factors A, B, and C are significantly more important than factor D. The importance of Factor D will increase with the degree of equality among quotations in the non-price factors. The Government intends to evaluate quotations and award a purchase order without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quotation should contain the offeror's best terms from a cost/price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0753/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02252507-W 20100826/100824235158-840a2558e408d5273365bab48845ddfd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |