SOLICITATION NOTICE
R -- BPMN Model Interchange Testing Support
- Notice Date
- 6/25/2012
- 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
- SB1341-12-RQ-0420
- Archive Date
- 7/25/2012
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
- E-Mail Address
-
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 solicitation is a Request for Quotation (RFQ) for commercial services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $14.0M. This acquisition is 100% set-aside for small business. Responsible quoters shall provide pricing for the following line item: LINE ITEM 0001: Quantity (1) Job. The Contractor shall provide all labor, materials, equipment, travel and services necessary to develop and initiate a procedure for testing BPMN 2 Model Interchange in accordance with the statement of work herein. BACKGROUND The National Institute of Standards and Technology (NIST), Object Management Group (OMG) Business Process Model and Notation (BPMN) is the most widely used standard for enterprise-level process models, including manufacturing enterprises, in part because it provides a notation that is readily understandable by subject matter experts, including engineers. Engineering processes are an integral part of their enterprises. For example, engineering change management affects product design and customer relationship management. With the growing use of BPMN on significant real world projects involving large teams using many kinds of modeling tools, it is critical that interchange of BPMN models between tools be reliable and accurate. This is especially true for implementations of the recently-standardized second version of BPMN (BPMN 2), which contains major upgrades for models of processes within enterprises, and interactions between enterprises, such as supply chains. OMG successfully developed procedures for tool vendors to demonstrate interchange among modeling tools for other OMG standards. These procedures include interchange test cases that are available on a public portal, http://www.omgwiki.org/model-interchange/doku.php. Participating vendors prepared exports for each test case and imported the exports from other tools to test interoperability. The vendors agreed to publicly post exports from their tools for the test cases, enabling tool users to assess model interchange capability by comparing the vendor exports to the expected reference file for each test case. Interchange of models between some of the leading tools on the market has significantly improved as a direct result of resolving issues found during this testing procedure. PURPOSE The purpose of this acquisition is to develop and initiate an OMG procedure for testing BPMN 2 model interchange similar to the existing procedure. TASKS Required work shall be performed in collaboration with the National Institute of Standards and Technology as part of the Systems Integration for Manufacturing and Construction Applications (SIMCA). Work will include interaction with the Business Modeling and Integration Domain Task Force within OMG, which develops specifications of integrated models to inter- and intra-enterprise integration, including BPMN, and the BPMN 2 Revision Task Force, which is responsible for maintenance of the BPMN 2 specification. TASK 1: Develop Test Suite for BPMN 2 The Contractor shall develop a test suite to provide complete coverage of the BPMN feature set. The Contractor shall coordinate with NIST to ensure all tests are fully integrated into the NIST Validator infrastructure for automated testing of eXtensible Markup Language (XML) Metadata Interchange (XMI)-based interchange. The Contractor shall also ensure all tests are fully integratable with off-the-shelf XML Schema (XSD) validators. The Contractor shall report any suggested changes to the BPMN 2 specification identified during test suite development to the OMG BPMN 2 Revision Task Force (this task shall address BPMN 2 without assuming these changes will be adopted by OMG, however). The goal of the task is to enable the test suite to become a major benchmark for testing interoperability conformance to the BPMN standard. Reference deliverables section for required task deliverables. TASK 2: Organize and Lead OMG Subgroup for Vendor Participation in BPMN 2 Testing The Contractor shall establish and lead an OMG subgroup that gathers and incorporates input on the test suite of Task 1 and publicly release it on an OMG web site. The contractor shall develop a subgroup procedure for participating BPMN 2 vendors to prepare exports for each test case, import the exports from other tools to test interoperability, and to publicly post exports from their tools for the test cases on an OMG web site (the contractor only develops the procedure, the OMG subgroup performs it). The goal of the task is to enable tool users to assess model interchange capability by comparing the vendor exports to the expected reference files for each test case. The contractor shall work with vendors to encourage participation in the subgroup's testing procedure. Reference deliverables section for required task deliverables. DELIVERABLES The Contractor shall provide delivery dates for all deliverables. All work must be complete not later than one year after the date of award. Task 1 1. BPMN 2 Test Case Diagrams. Test cases for BPMN 2 notation covering functional areas of BPMN 2, delivered as modeler-readable diagrams; 2. BPMN 2 Test Case XMI and XSD files. BPMN 2 XMI and XSD interchange files for the abstract and concrete syntax of diagrams in deliverable 1. 3. Feature Test Matrix. Matrix showing the coverage of test cases in the BPMN 2 test suite in deliverables 1 and 2 for the features of BPMN 2. 4. BPMN 2 Issues. Suggested changes to the BPMN 2 specification identified during test suite development, filed as issues to the OMG BPMN 2 Revision Task Force. 5. Report. A report documenting the process by which the results were obtained, the technical approach, and any tools and/or future strategies and developments that were required. Task 2 1. A report documenting the establishment, procedures, and accomplishments of the OMG subgroup resulting from Task 2. REFERENCES The Contractor shall use as basis of its work versions of the following standards at the time that the project is initiated: -OMG BPMN 2: http://www.omg.org/spec/BPMN -NIST Validator: http://syseng.nist.gov/se-interop /sysml/validator CONTRACTOR MINIMUM QUALIFICATIONS Individuals performing the required work must have five years experience with BPMN and BPMN interchange and testing (including at least two years with BPMN 2), three years experience with OMG standardization of BPMN 2, and ten years experience in software development. PERIOD OF PERFORMANCE The period of performance shall be one year from the date of award. PLACE OF PERFORMANCE Work will be performed at the Contractor's facility. TRAVEL The Contractor shall travel to NIST and OMG meetings, or other meetings during the performance of this contract. -Travel to NIST: up to two trips, 1 day each trip. -Travel to OMG meetings. Up to four trips, 3 to 5 days each trip. Trips are planned for the following locations: Jacksonville, FL in September 2012, Burlingame, CA in December 2012, Reston, VA in March 2013, and Berlin, Germany on June 2013. All travel costs shall be included in the Contractor's quotation and shall be in accordance with Government Travel Regulations. INSPECTION AND ACCEPTANCE CRITERIA The NIST Technical Contact will review all deliverables submitted by the Contractor to ensure that deliverables are complete, accurate, comprehensive, and meet all requirements. Comments or approval shall be provided to the Contractor with seven days of receipt of any given deliverable. The Contractor shall revise deliverables in accordance with comments received at no additional cost to the Government and within 14 days of receipt of the comments. EVALUATION CRITERIA AND BASIS FOR AWARD The Government will issue a purchase order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluate quotations: Technical Capability Personnel Experience Price Technical Capability and Personnel Experience, when combined, shall be equal in importance to price. Technical Capability Technical Capability shall be evaluated to determine the degree to which the quoter understands the requirements and their ability complete the project. The technical approach shall be evaluated to determine its overall feasibility and likelihood for success. Personnel Experience Documentation submitted shall be evaluated to determine that the personnel working on this project, collectively, possess all Contractor minimum qualifications identified in the statement of work. Price Price shall be evaluated for reasonableness and consistency with proposed technical approach. REQUIRED SUBMISSIONS (1) Acknowledgment of solicitation amendments; (2) A technical approach showing that the offeror can satisfy the requirements in the statement of work. The approach shall be detailed sufficiently to enable the Government to evaluate the quotation in accordance with the evaluation factors stated in the solicitation. The technical approach must include, but is not limited to: -Sufficient information to demonstrate the quoter's understanding of the requirements; -A breakdown which describes the techniques that will be used to satisfy the requirements; -Demonstrated capability with BPMN 2 standards and testing; -Identification of how the proposed approach will ensure that the required work is successfully completed within the period of performance; -Completion dates for deliverables. (3) Resumes of proposed personnel or other documentation directly related to proposed personnel which clearly demonstrate that proposed personnel meet all minimum qualifications identified in the statement of work; (4) A firm fixed price for all required work. The Government reserves the right to request supporting details for the quoted price. (5) Quoters are responsible for submitting quotations, and any modifications thereto, so as to reach the Government office designated in the solicitation by the date and time specified. The quoter's initial quotation should contain the quoter's best terms from a price and technical standpoint. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. (6) 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 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; (7) The quoter's Dun and Bradstreet number; (8) The successful quoter must have and maintain an active registration in the Central Contractor Registration. Failure or refusal to register forfeits the award; (9) If not registered at ORCA.BPN.GOV, a completed copy of the provision 52.212-2 Offeror's Representations and Certifications-Commerical Items. DUE DATE FOR QUOTATIONS Questions relating to this solicitation must be forwarded in writing, via e-mail, to Carol A. Wood, Contract Specialist, not later than five days after the issue date of the solicitation. All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on July 10, 2012. 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 electronic inbox of Carol Wood. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of hard copies of quotes. If hard copies 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 Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. 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: 52.212-1, Instructions to Offerors - Commercial Items; 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: 52.209-6, Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set Aside; 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; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 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. 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; and NIST LOCAL 36 - TRAVEL NOTE (a) The government will reimburse the contractor for all necessary expenses in connection with travel authorized pursuant to this order/contract. Costs incurred for lodging, meals, and incidental expenses shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations prescribed by the General Services Administration. (b) Subsistence is authorized in accordance with the DoC and Federal Travel Regulations. Invoices requesting reimbursement for travel must be accompanied by itemized paid receipts. The invoices must be submitted to the payment office specified elsewhere in this order/contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0420/listing.html)
- Place of Performance
- Address: Contractor's Site, United States
- Record
- SN02785381-W 20120627/120625235326-193387be512e723d284a162bed1bad4a (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 |