Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2011 FBO #3387
SOLICITATION NOTICE

D -- 2011 Text Analysis Conference (TAC) Summarization Task - CAR Clauses and Prescriptions - Past Performance Questionnaire - Performance Work Statement

Notice Date
3/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
SB1341-11-RQ-0130
 
Archive Date
3/29/2011
 
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
This is the Performance Work Statement (PWS) for the TAC Summarization Task. Offerors are to follow instructions in the solicitation for submission of this Past Performance Questionnaire. All CAR Clauses and Prescriptions referenced in the solicitation can be found in full text in this attachment. 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 PROCUREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT 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) 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990- All Other Professional, Scientific and Technical Services. This requirement will be competed as a total small business set aside under the corresponding size standard of $7 million. The Government anticipates the award of a firm-fixed-price purchase order to the offeror that offers the best value to the Government. 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. 52.204-7 52.204-9 The full text for the applicable FAR clauses and provisions can be found at the following link: https://www.acquisition.gov/far/html/FARTOCP52.html The following CAR provisions and clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority 1352.237-71 Security processing requirements- low risk contracts 1352.239-72 Security requirements for information technology resources 1352.237-73 Foreign national visitor and guest access to departmental resources The full text for the applicable CAR clauses and provisions can be found in the attachment to the solicitation entitled "CAR Clauses and Prescriptions." Description of Requirement: The National Institute of Standards and Technology (NIST) Information Access Division's (IAD) Retrieval Group has a requirement for contractor support services for the Text Analysis Conference Summarization task. All pertinent details can be found in the attached Performance Work Statement (PWS). ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS QUOTATION PREPARATION AND SUBMISSION INSTRUCTIONS Quotations shall conform to solicitation provisions and be prepared in accordance with this section. The quotation shall be clearly and concisely written as well as be neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of the quotation shall be appropriately numbered. All quotations shall be submitted electronically so that they are received at keith.bubar@nist.gov no later than March 14, 2011 at 12:00 pm EST. All questions regarding this solicitation shall be submitted electronically to keith.bubar@nist.gov, referencing Solicitation number SB1341-11-RQ-0130. OVERALL ARRANGEMENT OF QUOTATION: VOLUME I - TECHNICAL VOLUME The Offeror shall submit the following as part of Volume I: A. Resumes The Offeror shall provide detailed resumes for each of the proposed contractor employees. As noted in the PWS, a minimum of 8 contractor personnel are required for performance of the tasks detailed in the PWS. The Offeror shall also provide a detailed resume for the proposed Supervisor/Project Manager, to include their name, the organization name of their current employer, their relevant education, their relevant capabilities and experience, and their current country of citizenship. B. Technical Approach - The Offeror shall provide a written, detailed Technical approach for how it proposes to satisfy the requirements of the Performance Work Statement and Performance Requirements Summary in this solicitation. The Technical Approach is limited to no more than ten (10) pages; any pages beyond the 10th page will not be evaluated. The Technical Approach shall include the following components: 1. Staffing Plan - The Offeror shall provide its Staffing Plan. The Staffing Plan shall identify the Offeror's proposed labor category(ies), and describe the minimum skills and experience required for each proposed category. The Offeror shall propose a fixed number of labor hours that each of the proposed contractor employees shall work for each of the four tasks detailed in the SOW. As noted in the PWS, a minimum of 8 contractor personnel are required for the TAC requirement. 2. Work Plan - The Offeror shall describe its proposed plan to accomplish the following: (a) manage individual tasks required by the PWS; and (b) ensure that Contractor services and deliverables comply with the requirements of the Performance Requirements Summary at the end of the PWS. C. 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. The Offeror shall have its references clearly label on the first page of Part II of the questionnaire the name of the Offeror the questionnaire pertains to. VOLUME II - BUSINESS VOLUME The Offeror shall submit the Business Volume as a separate document for the Technical Volume. The Offeror shall submit its cost/price information to include a firm-fixed-price for each of the three tasks detailed in the PWS, as well as a total firm-fixed-price for the entire requirement. The Offeror shall propose fixed fully burdened hourly labor rates for each proposed labor category. The firm-fixed-price for each task shall be calculated by multiplying the proposed number of hours for each task by the applicable fully burdened hourly labor rate. The Offeror shall submit the following as part of Volume II Cost/Price Quotation: Firm-fixed-price based cost information for the requirements of the attached PWS: applicable labor categories, fixed fully burdened hourly labor rates for each proposed contractor employee including the Supervisor, total firm-fixed price for each task, and a total firm-fixed price for the requirement as a whole. Evaluation Factors for Award: The Government intends to use a tradeoff process to award a firm-fixed-price purchase order to the responsible Offeror whose quotation 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 or to the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. Upon receipt of quotations, the Contracting Officer will review them to determine if each Offeror followed all of the quotation preparation instructions in this solicitation. A quotation that did not follow the quotation submission instructions may be deemed unacceptable and may not be further evaluated. Each quotation will be evaluated against the factors and subfactors described below. An Offeror's failure to address any factor may be considered indicative of the Offeror's lack of understanding of the Government's requirements and may result in the quotation being determined unacceptable. Non-Cost/Price factors A through C are listed in descending order of importance. Non-cost factors A through C, when combined, are approximately equally important to Factor D (evaluated cost/price). A. Resumes The Government will evaluate the proposed contractor personnel on their experience and qualifications. The contractor personnel shall have experience in intelligence analysis. This experience shall include work for the intelligence community such as the Department of Defense, National Security Administration, Central Intelligence Agency, Defense Intelligence Agency and others gathering intelligence by examining large amounts of data from various sources. The contractor personnel shall have experience using a web based graphical user interface. There is no minimum amount of experience required in the fields mentioned above. The Government will also evaluate the extent to which the resume for the proposed Supervisor/Project Manager demonstrates that they possess appropriate education, qualifications, and experience to efficiently and effectively perform their intended role under the TAC requirement. B. Technical Approach and Methodology The Government will evaluate the Offeror's proposed Technical Approach to assess the Offeror's ability to successfully complete the requirements of the PWS. The Government's evaluation of the Offeror's Technical Approach will include an evaluation of the following sub factors, which are listed in descending order of importance: 1. Staffing Plan - The Government will evaluate the proposed staffing plan to determine the extent to which it demonstrates that the Offeror will perform the contract efficiently and effectively. 2. Work Plan - The Government will evaluate the Offeror's proposed Project Work Plan to determine the extent to which it demonstrates the Offeror's understanding of the requirements of the PWS, as well as the soundness and feasibility of the Offeror's plan to accomplish the following: (a) manage individual tasks required by the PWS; and (b) ensure that Contractor services and deliverables comply with the requirements of the Performance Requirements Summary at the end of the PWS. 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. Price The Government will evaluate whether the quoted cost/price is fair and reasonable in relation to the solicitation requirements and consistent with the Offeror's proposed Technical Approach. If appropriate, the Government may perform cost realism analysis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0130/listing.html)
 
Record
SN02392081-W 20110304/110302234942-6fa621217777d48de83863d53bf30c46 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.