Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
SOLICITATION NOTICE

70 -- New Economic Modeling Software to NIST MEP - Attachment 1 Minimum Specifications

Notice Date
8/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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-0601
 
Archive Date
9/13/2011
 
Point of Contact
Janine A. Kerns, Phone: 301-975-4267
 
E-Mail Address
janine.kerns@nist.gov
(janine.kerns@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 Minimum Specifications 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 WILL NOT BE ISSUED. THIS ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a size standard of $25.0 Million. This acquisition is being procured as a small business set-aside. Only offers from small businesses shall be considered. The National Institute of Standards and Technology (NIST), Manufacturing Extension Partnership (MEP) requires a new Economic Modeling Software Package that meets the minimum specifications in Attachment 1 to this notice. All interested Contractors shall provide a firm fixed price quote for the following: Line Item 0001: Base Year Quantity: 10 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Option Line Item 0002: Base Year Quantity: 60 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Line Item 0003: Option Period One (1) Quantity: 10 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Option Line Item 0004: Option Period One (1) Quantity: 60 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Line Item 0005: Option Period Two (2) Quantity: 10 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Option Line Item 0006: Option Period Two (2) Quantity: 60 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Line Item 0007: Option Period Three (3) Quantity: 10 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Option Line Item 0008: Option Period Three (3) Quantity: 60 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Line Item 0009: Option Period Four (4) Quantity: 10 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Option Line Item 0010: Option Period Four (4) Quantity: 60 each, Economic Modeling Software Package to NIST MEP in accordance with the minimum specification listed in Attachment 1 to this notice. Period of Performance shall be one (1) Year. Delivery Terms Delivery terms shall be FOB Destination, and take place in accordance with Contractor's commercial schedule. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Delivery shall be made to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Technical Evaluation Criteria Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability: Meeting or Exceeding the Requirement, (2) Past Performance, and Price. Technical Capability and Past Performance, when combined, shall be approximately equal in importance to price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical description and product literature submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all salient characteristics identified herein. In determining best value, stronger consideration shall be given to greater output power. Past Performance: The Government will evaluate past performance as it pertains to the proposed system to determine the level of quality, and the reliability of the system. Evaluation of past performance will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a technical and a price quotation which addresses all line items; 2) For the purpose of technical evaluation quoters shall submit: a. Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein; b. If standard product literature and/or technical descriptions do not address all required specifications, quoters must provide narratives and or explanation of the work that will be will be performed to meet the requirement(s). All proposed work must be addressed in sufficient detail that all technical requirements are discussed and that the intended outcome of the work can be clearly discerned. 3) For the purpose of past performance evaluation: A list of at least three (3) recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; 4) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror 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: Offeror shall list exception(s) and rationale for the exception(s) 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 an offeror 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 offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 5) The country of origin for the proposed software 6) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Janine Kerns at janine.kerns@nist.gov. Submission must be received not later than 3:30 p.m. local time on August 29, 2011.. FAX quotations shall not be accepted. E-mail quotations shall be accepted. An e-mail quotation shall be considered received when it is received in the inbox of Janine Kerns. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.217-9- Option to Extend the Term of the Contract (March 2000); 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Contractor Policy to Ban Text Message While Driving; 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0601/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02539763-W 20110820/110818235416-1f0cd56ef345c43f9462690b2458df92 (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.