Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

R -- NB730040-12-03371 Green Button Implementation - Attachment 0001

Notice Date
8/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming 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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB730040-12-03371
 
Archive Date
10/31/2012
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Green Button Facilitation Support Job Analysis Tree Diagram 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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-58 The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $25M. This acquisition is being procured as a small business set-aside. STATEMENT OF WORK Green Button Implementation NB730040-12-03371 DESCRIPTION OF TASK This solicitation addresses the support for the implementation of the Green Button initiative. Background: In collaboration with other federal agencies including the Department of Energy (DOE) and the Office of Science and Technology Policy (OSTP), NIST is supporting the Green Button Initiative, which has as its goal to provide electricity customers with ready access to their energy usage information in a consumer-friendly and computer-friendly format via a "Green Button" on their electric utility's or energy service provider's website. The concept of a Green Button-inspired by successes in getting Americans their own health care data, but developed in collaboration with the energy industry in a consensus process and adopted voluntarily-builds on policy objectives in the Administration's Blueprint For a Secure Energy Future and Policy Framework for the 21st Century Grid to ensure that consumers have timely access to their information that can help them better manage their energy use and take advantage of opportunities to help reduce their costs. The Green Button initiative will help promote innovation by supporting greater availability of energy usage information and facilitating web developers and other third party providers to create products and services to help customers to evaluate and better manage their energy use. The Green Button is based on standards for Energy Usage Information (EUI) that includes NAESB REQ18/WEQ19 and NAESB REQ21 (Energy Service Provider Interface (ESPI)), with additional information available through the NIST collaboration website http://collaborate.nist.gov/twiki-sggrid/bin/view/SmartGrid/GreenButtonInitiative and http://collaborate.nist.gov/twiki-sggrid/bin/view/SmartGrid/GreenButtonESPIEvolution and through sources such as www.greenbuttondata.org. Voluntary adoption of a consensus standard by utilities across the country allows utilities and their customers to benefit from the national-scale effort of software developers and other entrepreneurs to build and leverage a sufficiently large market to support the creation of innovative applications in an energy usage information ecosystem. This solicitation involves technical work that expands this effort to foster wider implementation of the Green Button and underlying standards within the US and International community, including end users, equipment manufacturers, utilities, standards development organizations, and testing and certification facilities. The technical work would include activities such as coordinating and participating in relevant standards work (NAESB REQ18/WEQ19, NAESB REQ21, UCAIug OpenADE, Zigbee Alliance SEP2, ASHRAE 201P and IEC 61968/61970), augmenting the Green Button "development kit" to include modifications and new extensions to schemas coming out of standards development efforts, preparing technical presentations for outreach to other government agencies, providing technical support to new interested participants, providing technical support and outreach to Green Button implementations and implementation evaluations, evaluating information models with respect to the Green Button effort, and web development, maintenance and support for a Green Button webpage. Requirements: The Contractor must perform technical work that expands upon the current Green Button effort to foster wider implementation of the Green Button within the US and International community, including but not limited to: 1) Coordinating with Standards Developing Organizations (SDOs): The Contractor must coordinate the Green Button effort with the relevant standards activities (NAESB REQ18/WEQ19, NAESB REQ21, UCAIug OpenADE, and IEC 61968/61970), including attending teleconferences and face-to-face meetings as appropriate, and providing technical liaison with the Green Button effort 2) Harmonizing with Other Information Models: The Contractor must evaluate other relevant information models, provide documents that that offer harmonization and interoperability solutions, and respond to technical information requests from the information modeling community. 3) Facilitating Implementation and Evaluation: The Contractor must facilitate the implementation and evaluation of the Green Button model by providing modifications and new extensions to schemas to the "development kit" as appropriate, and responding to technical guidance requests from implementers/ implementation evaluators and testing/certification/accreditation organizations. 4) Providing Technical Outreach to Stakeholders: The Contractor must provide technical outreach to the relevant stakeholders by a) preparing technical presentations and responding to technical requests for the relevant stakeholders (including other government agencies such as DoE, OSTP, EPA and GSA; new participants; and the relevant SGIP working groups); b) providing a response to inquiries to NIST on Green Button issues; and c) providing a website development plan and upon approval by the NIST COR, provide implement, maintain, and update the site. 5) Provide advice: On an as-needed basis, the contractor shall provide advice, pertaining to the Green Button issues as described in the background, to Smart Grid Program managers designed to help the program meet its strategic goals. These iterations should be summarized in the monthly report. At a minimum, the Contractor shall be required to call into a weekly teleconference meeting with NIST staff. 6) Providing Monthly Report: The Contractor must provide a regular report, due to the COR on the last day of each month, that includes a) a summary of the activities in the above requirements b) any documentation, evaluation, analysis, and reports that can be used to determine the successful execution of the above requirements The COR will review the Monthly report and provide feedback within 5 business days; the Contractor then has 5 business days to respond to any COR comments Green Button Facilitation Support Job Analysis Tree Diagram (see attachment 0001) DELIVERABLES AND DELIVERABLE DATES Standards for Acceptance of Deliverables: The Contracting Officer's Technical Representative (COR) will provide comments on each deliverable within 5 calendars days from receipt of a given deliverable. The Contractor shall make any needed changes to the deliverables within 5 calendar days from receipt of electronic or written comments from the COR. The Contractor may invoice the Government monthly for work submitted, and will be compensated for work that is compliant with the performance standards set forth in this requirement. Requirement Deliverable Due Date 1 Coordinating with Standards Developing Organizations (SDOs) Summary of meetings attended and technical activity performed as liaison. Summary to be included in monthly report due on last business day of the month 2 Harmonizing with Other Information Models Documents that describe evaluation and offer harmonization and interoperability solutions; summary of response to technical information requests Dates mutually agreed upon by the Contractor and the COR; summary to be included in monthly report due on last business day of the month. 3 Facilitating Implementation and Evaluation Modifications and new extensions to schemas to the "development kit"; summary of response to technical guidance requests Dates mutually agreed upon by the Contractor and the COR; summary to be included in monthly report due on last business day of the month. 4 Providing Technical Outreach to Stakeholders Technical presentations; summary of responses to Green Button inquiries; website development plan Dates mutually agreed upon by the Contractor and the COR; summary to be included in monthly report due on last business day of the month. 5 Providing Green Button advice Attend weekly NIST Smart Grid Meeting; summarize Green Button advice in a monthly report Summary to be included in monthly report due on last business day of the month Travel related to all requirements Physically attend selected SDO or other relevant meetings Dates/locations to be determined PERFORMANCE a. Period of Performance The period of performance will be twelve months after award. b. Place of Performance Performance will be at the Contractor's facility. Additionally, the locations for required travel to support requirement execution will be determined and coordinated between the NIST COR and the Contractor. c. Estimated performance labor The Government estimates that it will take the Contractor approximately 754 hours over the period of performance to meet the requirements of the solicitation. TRAVEL NIST will pay for the Contractor's air fare or other transportation expenses, and travel costs to attend selected meetings of the SGIP or other meetings important to the Smart Grid effort as determined by the COR. Travel shall be conducted, and be reimbursed in accordance with the Federal Travel Regulation (FTR), and will not exceed the maximum per diem rate (meals and lodging), and transportation costs, for the travel locale, in effect at the time of travel. SUBMISSION INSTRUCTIONS Prospective Contractors must submit the following via electronic quotation to Willie Lu at willie.lu@nist.gov no later than Wednesday, August 22, 2012 at 2:00 pm EST. Volume I - TECHNICAL Volume There shall be no pricing information or labor rates included in the Technical Volume. The Offeror shall submit the following as parts of Volume I: A. Technical Approach- The Offeror shall submit a detailed technical approach for this requirement that demonstrates a sound and feasible approach to completing the tasks detailed in the Statement of Work, as well as a sufficient understanding of the tasks and deliverables required by the Statement of Work, and the purpose of the requirement. B. Key Personnel Information- The Offeror shall submit a list of the proposed key personnel candidate(s) for the tasks detailed in the Statement of Work. It is expected that this requirement will require the work of at least one key personnel contractor employee. In addition, the Offeror shall submit the resume(s) for each proposed key personnel to demonstrate the extent to which the key personnel meet the minimum qualifications detailed in the evaluation factors for award. C. Experience - The Offeror shall describe its past experience in performing work for other organizations (private or public organizations) that is similar in size and scope to the work detailed in the Statement of Work. The work described in this section must have been performed within the past three years. The relevancy of the Offeror's past experience to this requirement shall be clearly demonstrated. Volume II - PRICING Volume The Offeror shall submit the following as part of Volume II: The Offeror shall provide a total firm fixed price for the requirement detailed in the Statement of Work. As supporting information to the total firm fixed price proposed, the pricing volume shall also show the following: a. The total number of hours being proposed for the performance of the work by each key personnel proposed. b. The fully burdened hourly labor rate proposed for each key personnel contractor employee proposed. c. A proposed payment schedule for the requirements. The Statement of Work details certain due dates for certain deliverables that should be noted in the Offeror's payment schedule. BASIS FOR AWARD The Government intends to award a labor hour contract to the responsible Offeror whose quotation represents the best value to the Government. Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. Evaluation Factors A. Relative importance of factors 1. The Evaluation Factors are as follows: a) Factor 1 - Technical Solution b) Factor 2 - Past Performance and Specialized Experience c) Factor 3 - Price/Cost, are evaluated individually. 2. Non-cost/price factors, when combined, are more important than Cost/Price. The Technical Solution and Specialized Experienced are equally important non-cost/price factors. B. Evaluation Factors/Criteria Description 1. Factor 1: Technical Solution Basis of Evaluation: Evaluation of the technical solution will focus on the offeror's demonstrated understanding of the requirements, the offeror's proposed technical and management approaches to meeting the requirements, and the offeror's ability to perform as proposed. The Offeror's Technical approach will be evaluated based on the assessed strengths, weaknesses, deficiencies, uncertainties and risks of each offeror's Technical proposal. The Government will evaluate the Offeror's overall solution, including its approach to understanding the technical requirements and implementation plans and processes to satisfy these requirements. 2. Factor 2: Past Performance and Specialized Experience Basis of Evaluation: The Government will evaluate the degree of comparability of each Offeror's past projects relative to this acquisition, specifically their experience in developing, implementing and assessing standards and testing/certification plans related to smart grid related information models. In addition, a resume and copies of industry awards, certificates, and letters of recommendation should be submitted. The Government's sources of information for evaluating Past Performance and Specialized Experience may include, but are not limited to, any and all information provided by the contractor, inquiries of owner representative(s), any other known sources not provided by the Offeror, and retrieval of information from other contractor performance evaluation data bases. 3. Factor 3: Evaluated Cost/Price Basis of Evaluation: The Government will evaluate the offerors' business model/price/cost proposals to determine fairness and reasonableness. All responses shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Willie Lu, via email at willie.lu@nist.gov. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR 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: (1) 5.203-6 Restrictions on Subcontractor Sales to the Government; (8) Utilization of Small Business Concerns; (16) 52.219-28 Post Award Small Business program Rerepresentation; (17) 52.222-3 Convict Labor; (18) 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212); (22) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (and (30) 52.232-33, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. 52.227-17 Rights in Data - Special Works. The following Department of Commerce (CAR) clauses Department of Commerce Clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Technical Representative (COR); 1352.209-70 Organizational Conflict of Interest; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.231-71 Duplication of Effort; 1352.233-70 Agency Protests; and 1352.227-70 Rights in Data, Assignment of Copyright.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB730040-12-03371/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02823143-W 20120803/120801235943-7c8d46500e261eec142fd8d126bfa1e6 (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.