SOLICITATION NOTICE
R -- DEVELOPING A DIVERSIFIED FUNDING PORTFOLIO
- Notice Date
- 2/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- NB602010-12-01118
- Archive Date
- 3/24/2012
- Point of Contact
- Judy K. Pace, Phone: 3019752752, Patrick K Staines, Phone: (301)975-6335
- E-Mail Address
-
judy.pace@nist.gov, patrick.staines@nist.gov
(judy.pace@nist.gov, patrick.staines@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Commerce, National Institute of Standards and Technology (NIST) has a requirement for Developing a Diversified Funding Portfolio to be used in the Law Enforcement Standards Office (OLES') Detection, Enhancement, and Inspection (DEI) program at NIST, Gaithersburg, MD 20899. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICE 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 WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING 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 (FAC) 2005-55 (Effective 02 Feb 2012). The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $7M. This acquisition is 100% set-aside for small business. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contract specialist. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. 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) BACKGROUND The National Institute of Standards and Technology (NIST) Law Enforcement Standards Office (OLES') Detection, Enforcement, and Inspection (DEI) program has a diverse technology portfolio to manage. DEI is responsible for a technologically broad portfolio as described in Background. The program areas of DEI for which this SOW apply are as follows: 1) Through-barrier (walls, foliage, etc.) - Low-frequency radar for imaging and sensing through optically-opaque barriers (such as wall, debris, hedges, etc.). Applications may include tracking and surveillance of people behind walls, finding people (alive) buried in rubble, imaging people, and objects behind walls. 2) Concealed weapon detection (CWD) - Microwave to millimeter-wave close-proximity imaging through clothing. Applications may include checkpoint security, person-borne IED detection (long-range), and checkpoint security (close-proximity). 3) Imaging metrology - X-ray to 1 GHz imaging systems used to detect contraband (people, weapons, hidden objects, other). Applications may include tracking and surveillance, and detection of hidden objects. 4) Biometric recognition - Radio-frequency accessible biometrics (postural sway, other body movement, heartbeat, respiration), iris, face, and fingerprint. Applications may include identification and tracking. CONTRACTOR'S MINIMUM QUALIFICATIONS The Contractor shall have at least a Master's degree or higher in a business-related field or science and engineering. The Contractor shall also have at least five (5) years of experience in performing the type of work described herein. The contractor shall be familiar with the federal interagency agreement process and with NIST's and OLES' roles and missions. SCOPE OF WORK The Contractor shall develop a long-term diversified funding portfolio to continue the advancement of, standards development for, and test and evaluation capabilities for the technologies described above. The tasks described herein, when successfully completed, will 1) identify potential funding contacts and collaborators that can advance DEI's programs and 2) develop strategies to ensure DEI stakeholders are engaged with DEI and seek its technical assistance and guidance. SPECIFIC REQUIREMENTS The Contractor shall provide all support necessary to complete the task. The Contractor is responsible for maintaining accurate records of project activities. The Contractor shall: 1. Optimize existing DEI network a. Network with existing DEI contacts, as provided by NIST, to identify funding and collaboration prospects. i. Assess impact to DEI of and assess engagement strategy for each of the existing DEI contacts identified in C.1.a within 90 days from start of contract. ii. Upon approval by DEI, contact existing DEI contact identified in C.1.a and coordinate meeting with DEI staff within 10 days of completion of C.1.a.i. b. Expand existing DEI network i. Identify one or more quality funding contacts (agency representative interested in DEI's program, having requirements for which DEI can address, and having funding oversight of at least $10M annually with approximately 30 % available for new projects each year) per month from agencies indicated by DEI representative. ii. Assess impact to DEI of and assess engagement strategy for each of the quality funding contacts identified in C.1.b.i within 10 business days of identification. iii. Upon approval by DEI, contact quality funding contact identified in C.1.b.i and coordinate meeting with DEI staff within 10 days of completion of C.1.b.ii. iv. Identify one or more relevant collaborators (entity with work aligned to that of DEI for which a mutual agreement can be achieved to leverage each other's work and for which no transfer of funds is sought by the collaborator) per month that are identified by DEI or by contractor and approved by DEI. v. Assess impact to DEI of and assess engagement strategy for each of the quality funding contacts identified in C.1.b.iv within 10 business days of identification. vi. Upon approval by DEI, contact relevant collaborator identified in C.1.b.iv and coordinate meeting with DEI staff within 10 days of completion of C.1.b.v. 2. Participate in monthly meetings at NIST, Gaithersburg, Maryland or via teleconference. The purpose of the meeting is to discuss activities performed during the month, any issues, and planned activities for the next month. DELIVERABLES AND DELIVERABLE DUE DATES The Contractor shall provide the following to the Contracting Officer representative (COR): 1. Within two weeks of contract award, the contractor shall electronically provide a detailed schedule and technical strategy. The schedule shall include all significant tasks required for the planning and execution of contract similar to a work breakdown structure. 2. Organize two agency/DEI networking events, selected by DEI representative, no later than 240 days after contract award. 3. The contractor shall deliver a monthly status report due the 15th (or closest business day) of every month summarizing activities of each task outlined in the contract. This report shall include: a. Assessment of impact to DEI of quality funding contacts and relevant collaborators. b. Strategy/guidance for engaging each unique prospective funding agency, including agency-specific outreach guidance. c. Assessment of DEI developed outreach materials, including recommendations for improvement. d. Meeting schedule with quality funding contacts and relevant collaborators. GOVERNMENT-FURNISHED PROPERTY, DATA AND/OR INFORMATION All property, data and information provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. NIST shall: 1. NIST Furnished Information - NIST will provide, as required to perform the SOW stated herein, necessary NIST contact information. NIST will provide meeting space for monthly meetings and will provide conference bridge networks as required. NIST will provide office space and access to NIST computer and IT services as required by contractor to liaise with quality funding contacts and relevant collaborators. 2. No other NIST-supplied facilities, supplies, or services are required to perform the SOW. 3. NIST property will not be provided to Vendor unless otherwise agreed to in a bilateral modification issued under the purchase order. In such instances NIST will maintain property records. Standards for Acceptance of Deliverables: The COR will provide comments on each deliverable within 30 calendars days from receipt of a given deliverable. The contractor shall make any needed changes to the deliverables within 15 calendar days from receipt of electronic or written comments from the COR. PERIOD OF PERFORMANCE: 6 Months with one 3 Month Option QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: Technical Capability and Price. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 52.237-1 Site Visit 52.217-5 Evaluation of Options 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) Clauses: 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 (AUG 2011) - including subparagraphs: 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program 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 Special Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.237-2 Protection of Government Buildings 52.247-34 F.O.B. Destination 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance with the Laws 1352.209-74 Organizational Conflict of Interest 1352.237-75 Key Personnel (APR 2010) (a) The contractor shall assign to this contract the following key personnel: (Name) (Position Title) (Name) (Position Title) (b) The contractor shall obtain the consent of the Contracting Officer prior to making key personnel substitutions. Replacements for key personnel must possess qualifications equal to or exceeding the qualifications of the personnel being replaced, unless an exception is approved by the Contracting Officer. (c) Requests for changes in key personnel shall be submitted to the Contracting Officer at least 15 working days prior to making any permanent substitutions. The request should contain a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contracting Officer will notify the contractor within 10 working days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes. (End of clause) 1352.246-70 Place of Acceptance (APR 2010) (a) Authorized representatives will accept supplies to be provided under this contract. (b) The place of acceptance will be: Gaithersburg, MD 20899 (End of clause) INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Addendum to FAR 52.212-1, Quotation Preparation Instructions All Vendors shall submit the following: 1) Price Quotation: The offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. Price quotations shall remain valid for a period of 60 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotation that addresses each element of the SOW, along with key personnel resumes and transcripts. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description which clearly identifies that they are able of meeting the requirements. Acceptance of Terms and Conditions (Addendum to FAR 52.212-1(b) (11)): This is an open-market solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: 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. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 4:00 p.m. Eastern Time on March 9, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at judy.pace@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Judy Pace, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Judy Pace, Contract Specialist on 301-975-2752. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB602010-12-01118/listing.html)
- Record
- SN02681560-W 20120225/120223234924-29de20160521baba086f5db67875e408 (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 |