Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOLICITATION NOTICE

R -- Support for biometric standards and conformity assessment - SOW

Notice Date
8/7/2012
 
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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0619
 
Archive Date
9/6/2012
 
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 2005-60. This is being competed as a total small business set-aside. 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 541660 and the size standard is $14.0 million. The Information Technology Laboratory (ITL) is one of the major research components of the National Institute of Standards and Technology. NIST/ITL has the broad mission to promote U.S. innovation and industrial competitiveness by advancing measurement science, standards, and technology through research and development in information technology, mathematics, and statistics. ITL develops and disseminates standards, measurements, and testing for interoperability, security, usability, and reliability of information systems, including cybersecurity standards and guidelines for Federal agencies and U.S. industry, supporting these and measurement science at NIST through fundamental and applied research in computer science, mathematics and statistics. Its extended responsibility is under the Federal Information Security Management Act to develop cyber security standards, guidelines, and associated methods and techniques. Revised Office of Management and Budget Circular A-119 establishes policies on Federal use and development of voluntary consensus standards and on conformity assessment activities. NIST/ITL's Computer Security Division (CSD) biometric standards and conformity assessment activities supports the White House Office of Science and Technology Policy/National Science and Technology Council's goals as delineated under its Policy for Enabling the Development, Adoption and Use of Biometric Standards, which is to enable biometric system interoperability and support Federal agency biometrics needs. This policy states that "Continued development of voluntary consensus standards for biometrics is vital to the security of our Nation and the stability of the US-based biometrics community". CSD's biometric standards and conformity assessment activities support the NIST and ITL's responsibilities delineated above, the acceleration of the development of required biometric standards, and the development of related conformance test tools. This work is focusing initially on standards that are included in the Registry of USG Recommended Biometric Standards developed by the National Science and Technology Council Subcommittee on Biometrics and Identity Management, Version 3.0, published February 8, 2011 or latest versions of this document. The objective of this project is to acquire contractor support services for these activities. These services include development of distinct conformance test tools in support of NIST/ITL CSD's activities, supporting the development of related technical contributions to biometric standards and providing administrative support to biometric standards development. These objectives are for the direct benefit of NIST and the U.S. Government ensuring the rapid development of critically needed voluntary consensus biometric standards developed in an environment that offers openness and due process as required by OMB Circular A-119. See attached Statement of Work. ***INSTRUCTIONS TO OFFERORS *** Interested offerors shall provide firm-fixed-pricing for the services in accordance with the attached Statement of Work. The offeror shall hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. ***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. ***The due date and time for receipt of quotations is August 22, 2012 no later than 12:00PM 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. NIST reserves the right to award a purchase order without discussions, based solely on the submission of the Contractor. EVALUATION FACTORS FOR AWARD: A purchase order will be issued to the contractor whose proposal is determined to offer the best value to the Government after consideration of all evaluation factors. "Best value" is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis among price and non-price factors. The basis for the award of a purchase order will be a detailed, integrated evaluation by the Government on the basis of how well the proposals satisfy the evaluation criteria specified herein. Accordingly, the Government may award any resulting contract to other than the lowest priced offeror or other than the offeror with the highest technical merit rating. The Government has the right to determine whether two or more technical proposals are ‘substantially equal' or whether any differences in technical weighting are "significant" for the purposes of evaluating the overall merit of proposals. Between proposals of substantially equal technical merit, price will become a more significant factor. Between competing proposals, the Government is not willing to pay significantly more for a minor technical difference, nor is the Government willing to forego a significant technical difference in exchange for a small price differential. Factors A and B have equal importance. Factors A through C when combined, are slightly more important than Factor D. Factor A. Technical Approach (Page limit of 30, font size 12) Offerors shall provide a detailed discussion of the background, objectives and work requirements outlined in the Statement of Work (SOW), describing your firm's technical approach in meeting the requirements contained in the SOW. Include a discussion of your firm's demonstrated ability and capability to effectively and efficiently perform the proposed work; proposed methods and techniques for completing each task in the SOW; and description of any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution. Factor B. Qualifications of Personnel (No overall page limit; page limit of two per resume) Offerors shall identify proposed staffing and demonstrate each person's capabilities to successfully execute assigned responsibilities. This includes but is not limited to: (a) experience in Object Oriented design and development; (b) demonstrated ability in C# and.NET; (c) knowledge of Java and Visual Basic; (d) experience in development of test tools for biometric systems and components including test tools designed to test implementations of biometric standards; (e)knowledge of biometric technologies and biometric system design and biometric testing (e.g., conformance testing, operational performance); (f) knowledge of conformity assessment concepts such as test assertions, test cases, reference data, and required characteristics of biometric testing tools such as conformance test architectures and test suites; (g) Knowledge of national and international biometric standards, and experience in the analysis and interpretation of standards requirements (e.g., data interchange formats specified in binary and XML encoding); (h) knowledge of current InterNational Committee for Information Technology Standards (INCITS) Policies and Guidelines and Organization and Procedures; and (i) demonstrated experience in administering standards development activities. The Offerors shall also provide complete resumes for all key personnel proposed. Resumes shall, at a minimum, include education, length as well as type of experience, names of supervisors, and names and phone number of professional references. Factor C. Past Performance (No page limit) Provide at a minimum two references for like or similar work done (i.e., the degree of comparability of past projects to the current project, including number of projects, complexity, workload, and dollar amount.) for public or private entities, completed during the past three years. The Government will contact the references to assess your firm's past performance. Include the following information: 1. Name of contracting activity 2. Contract Number 3. Contract type 4. Total contract value 5. Contract work 6. Contracting Officer and telephone 7. Program Manager and telephone 8. Administrative Contracting Officer, if different from #6, and telephone 9. List of major subcontractors Factor D. Price (No page limit) The Government will evaluate whether the quoted price for the contract is fair and reasonable in relation to the solicitation requirements and consistent with the offeror's proposed Technical Approach. The Government will evaluate the offeror's proposed labor mix to determine its appropriateness in relation to the work required in the SOW. The Government reserves the right to make an award to other than the lowest priced offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government. Offerors must provide sufficient details to support proposed prices. (End of Evaluation Criteria) APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION: The following FAR provisions and clauses apply to this solicitation: FAR 52.212-1; FAR 52.212-3; FAR 52.212-4; FAR 52.212-5, including 52.222-50, 52.233-3, and 52.233-4 in paragraph (a)(1), and the following fill-ins in paragraph (b): 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-13; 52.232-33. All provisions and clauses viewed at http://acquisition.gov/comp/far/index.html. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0619/listing.html)
 
Record
SN02830265-W 20120809/120808001123-57687df9cf89633bf75baea1c38f9140 (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.