Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOLICITATION NOTICE

R -- Enabling Infrastructure and Technologies Support for Sustainable Manufacturing - Statement of Work

Notice Date
3/1/2012
 
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
SB1341-12-RQ-0177
 
Archive Date
4/3/2012
 
Point of Contact
Divya Soni, Phone: 3019756394
 
E-Mail Address
divya.soni@nist.gov
(divya.soni@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
See attached Statement of Work 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-55. Offerors will be responsible for obtaining related amendments to this solicitation, if any, from www.fbo.gov. It is the responsibility of each potential offeror to monitor www.fbo.gov for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Divya Soni at divya.soni@nist.gov and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $7.0M. This requirement is being competed as a small business set-aside. The Systems Integration Division (SID) at the National Institute of Standards and Technology (NIST) was established to carry out mission functions in manufacturing enterprise integration; green manufacturing and construction; engineering and manufacturing products, processes, equipment, technical data, and standards; collaborative manufacturing research pilot grants; and manufacturing fellowships. The division also carries out other measurement science research and services to support mission functions as may be necessary, including systems integration and engineering, life cycle assessment, cyber-physical systems, productivity measurement, sustainability and energy efficiency. The SID seeks contractor support services to focus on the development of enabling conceptual tools, sustainability assessment methodology, infrastructure, and demonstration system capable of analyzing the sustainability performance of a part and its process plans designed to make the part, including but not limited to, the identification and developing related product, process, resource, and related sustainability-relevant information and the application of quantitative decision tools. The Contractor shall provide support to develop the necessary documents, algorithms, data retention, models, simulations, and test data sets for sustainable manufacturing. Furthermore, the Contractor shall install the resultant documents, algorithms, methods, models, simulations, and demonstrations into a designated personal computer storage system at NIST. Please see the attached Statement of Work for more details. ***All interested vendors shall provide a firm-fixed-price quotation for the work described in the attached Statement of Work. ***INSTRUCTIONS TO OFFERORS *** ***All vendors shall submit the following: Technical Quotation (Vol. I) and a Business/Pricing Quotation (Vol. II), as two (2) separate electronic files. Incomplete quotations may be considered non-responsive and removed from further consideration. Quotations shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number. A 1-page transmittal letter signed by an individual authorized to commit the organization shall be transmitted with the quotation to the Government. Each quotation shall be on 8.5" x 11" paper, in a commercially standard font, not smaller than 12 point font. Each page in the quotation shall be separately numbered. Each quotation shall include the solicitation no. and the name, address, telephone no. and e-mail of the offeror. Any amendments to the solicitation must be acknowledged. The quotation shall be limited to fifteen (15) single-sided, single-spaced pages (excluding the letter of transmittal, cover letter, and past-performance information). The offeror shall hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. ***Overall Arrangement of Documents Technical Quotation addressing all technical subfactors (Volume I) - No pricing information shall be included in the technical quotation Past Performance/References (Volume II) Business/Pricing Quotation (Volume III) EXPERIENCE The offeror shall provide at least two examples of relevant past experience of work conducted within the last three years similar in type and scope to the current requirement, with federal, state or local governments and/or commercial customers. If the offeror has no relevant past experience it should include a statement to that effect in its proposal. The description of experience described in this section shall not exceed a half page. For each of the contracts, the offeror shall provide the following information: • Client's name and address • Dollar value • Period of performance • Narrative describing the requirement and its relevance to the current requirement ***This is an Open-Market Combined Synopsis/Solicitation for services 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). Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ***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. ***All questions regarding this solicitation shall be submitted in writing via e-mail to the Contract Specialist, Divya Soni, at divya.soni@nist.gov no later than 1:00PM March 15, 2012. ***The due date and time for receipt of quotations is March 19, 2012 no later than 4:00PM EST. ***Offerors shall e-mail their quotation to divya.soni@nist.gov so that it is received by the response date/time for this solicitation. It is the responsibility of the offeror to confirm NIST's receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quotation is the most highly rated, and conforming to the solicitation, results in the best value to the Government, non-price and price factors considered. NIST reserves the right to make an award to other than the lowest-priced offeror or to the offeror ranked highest technically, if it determines that to do so would result in the best value to the Government. The Government intends to make a single award but reserves the right to make multiple awards or make no award as a result of this RFQ. The Government intends to evaluate quotations and award a purchase order without discussions with offerors. Therefore, the offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any and or all quotations if such action is in the public interest; accept other than the lowest price quotation; and waive informalities and minor irregularities in quotation received. Upon receipt of quotations, the Contracting Officer will review each to determine if the offeror followed all of the instructions in this combined synopsis/solicitation. A quotation that did not follow the instructions may be deemed unacceptable and may not be further evaluated. Evaluation Factors for Award: FACTOR A - TECHNICAL APPROACH/MANAGEMENT APPROACH FACTOR B - QUALIFICATIONS/EXPERIENCE FACTOR C - PRICE A. Technical Approach The Government will evaluate the Offeror's proposed Technical Approach to determine the extent to which it demonstrates the Offeror's understanding of the requirements of the Statement of Work, as well as the soundness and feasibility of the Offeror's Contract Management plan to accomplish the following: (a) manage and track each individual task under this contract; and (b) ensure that Contractor services and deliverables comply with the requirements of the Statement of Work. The Government will evaluate the Offeror's Technical Approach and Contract Management plan on the extent to which it demonstrates a sound and reasonable system to ensure quality control throughout the life of the contract. B. Qualifications/Experience The Government will evaluate the breadth and depth of the Offeror's demonstrated experience in performing work of similar scope and complexity. The Government will also evaluate any certifications and forms of recognition from other entities with respect to the Offeror's relevant qualifications, experience, and/or expertise. The offeror shall also demonstrate that its key personnel has the qualifications described in Section IX of the Performance Work Statement. C. Evaluated Cost/Price The Government will evaluate whether the quoted cost/price is fair and reasonable in relation to the solicitation requirements, quoted in accordance with the terms and conditions of the Offeror's contract, and consistent with the Offeror's proposed Technical Approach. If appropriate, the Government may perform cost realism analysis. In determining best value, non-price factors A and B, when combined, shall be equally important to price. The Non-Price factors (Factors A and B) listed above are listed in descending order of importance. NIST reserves the right to award a purchase order without discussions, based solely on the submission of the Contractor. CLAUSES The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items. All interested offerors must be actively registered in the Central Contractor Registry (CCR) at the CCR website www.ccr.gov and must 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. The following clauses apply to this acquisition: 52.217-8 Option to Extend Services 52.232-1 Payments; 52.233-1 Disputes; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference; 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration The following Department of Commerce (CAR) clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.215-72 Inquiries; 1352.246-70 Place of Acceptance; and Other appropriate clauses as needed 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/SB1341-12-RQ-0177/listing.html)
 
Record
SN02686941-W 20120303/120301235128-08d51b80b0f9c700026b6f4f99f42487 (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.