SOLICITATION NOTICE
R -- NB734120-12-03995 CAD System Test and Measurement
- Notice Date
- 8/16/2012
- 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
- NB734120-12-03995
- 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
- 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 2005-59 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 set aside for small business. STATEMENT OF WORK Project Title: Product Manufacturing Information Conformance Testing Models BACKGROUND INFORMATION Product Manufacturing Information (PMI) conveys non-geometric attributes in 3D computer-aided design and Collaborative Product Development systems necessary for manufacturing product components or subsystems. PMI may include geometric dimensions and tolerances, 3D annotation, finish, and material specifications. Industry standards for defining PMI include ASME Y14.41-2003 Digital Product Data Definition Practices and ISO 1101:2004 Geometrical Product Specifications. PMI annotation is usually created on the CAD model. This information can then be used by a number of down-stream processes. Some 3D modeling processes enable computer-aided manufacturing software to access PMI directly for CNC programming. The PMI also may be used by tolerance analysis and coordinate-measuring machine (CMM) software applications. PURPOSE AND OBJECTIVES OF THE PROCUREMENT The objective of this effort is to develop test case models to measure conformance of Computer Aided Design (CAD) systems to ISO and ASME standards for Product Manufacturing Information - specifically geometric and dimensional tolerance (GD&T) information. CAD model derivative formats to be supported will include STEP, 3D PDF, and JT. CONTRACTOR REQUIREMENTS Task 1. Develop GD&T Test Model Suite Instantiate each test as native CAD models in the latest releases of the following three commercial CAD systems: 1. Dassault SolidWorks 2. Siemens Solid Edge 3. Autodesk Inventor CAD models will be created using modeling standards supplied by the government and the PMI functionality in each CAD system that best captures the full semantic meaning of the test case. Deliverable: Full set of test case CAD models Schedule: Task to be completed 180 days from contract award. Task 2. Technical Conference Publication Co-Author with NIST, a peer-reviewed conference paper highlighting the challenges of and proposing strategies for instantiating GD&T test cases as native CAD models. Deliverable: Manuscript co-authored with NIST and approved for public distribution by NIST's Editorial Review Board Schedule: Task to be completed 12 months from contract award Task 3. Summary Report Develop and submit a report summarizing PMI standards' issues identified during the development of the test data, and provide recommendations for resolution of the standards' issues. Deliverable: Summary report Schedule: Task to be completed 12 months from contract award PERIOD OF PERFORMANCE The period of performance shall be 12 months from the date of award. PLACE OF PERFORMANCE Work will be performed primarily at the Contractor's facility. Up to three (4) days of meeting and consulting with the Contractor may be required at NIST, Gaithersburg, Maryland. TRAVEL For planning purposes, the contractor shall plan to travel to NIST, technical conferences, and other meetings during the performance of this contract. The contractor shall plan for the following travel at a minimum: Project review meeting at NIST, November, 2012, Gaithersburg, MD (2 days) Project results and report meeting at NIST, March, 2012, Gaithersburg, MD (2 days) Technical conference to present NIST co-authored paper, 2013, location to be determined GOVERNMENT RESPONSIBILITIES Government shall be responsible for review and approval of reports, standards committee submissions, software tools and similar matter generated under this procurement. Government will supply a detailed list of model constructs and requirements for test cases. REPORTING REQUIREMENTS Monthly progress reports-Contractor will report monthly to the NIST Contract Representative, Mr. Swee Leong, swee.leong@nist.gov, on activities. The report will include project financial status and progress on deliverables. DELIVERABLES Task 1. Develop GD&T Test Model Suite Deliverable: Full set of test case CAD models Task 2. Technical Conference Publication Deliverable: NIST co-authored paper approved for public distribution Task 3. Summary Report Deliverable: Summary report CONTRACTOR MINIMUM REQUIREMENTS The Contractor shall have at least 5 years of experience in STEP standards development. The Contractor shall have demonstrable experience with ASME Y14.5 and ASME Y14.41 standards, the JT Open standard, and the PRC standard. The Contractor shall have demonstrable experience developing test cases and validation tests for geometry-based product data standards. SUBMISSION INSTRUCTIONS Prospective Contractors must submit the following via electronic quotation to Willie Lu at willie.lu@nist.gov no later than Friday, August 24, 2012 at 2:00 pm EST. Paper and Fax quotations will NOT be accepted. 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: 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. Past Performance- The Offeror shall provide past performance references, to include the company/organizations' name, contact person, phone number, and e-mail address 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 requirements detailed in the Statement of Work. As supporting information to the total firm fixed price proposed, the pricing volume shall also show the following: The total number of hours being proposed for the performance of the work by each personnel proposed. The fully burdened hourly labor rate proposed for each personnel contractor employee proposed. BASIS FOR AWARD Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Contractor's expertise and prior experience with developing models for testing conformance of CAD systems to ASME Y14 and ISO 1101 PMI standards. (30%); 2) Contractor's expertise with the ISO 10303 (STEP) product geometry standard (20%); 3) Contractor's modeling expertise and experience using the commercial CAD systems specified in Task 1. (30%); and 4) Price (20%) Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed solution meets or exceeds the Governments minimum required specifications. Past Performance: Past Performance will be evaluated to determine the overall quality of the services provided and the Contractor's history of successfully meeting delivery schedules. Evaluation of Past Performance shall be based on 3 references provided and/or the quoters recent and any relevant procurement history with NIST or its' affiliates. 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. This is an Open-Market Combined Synopsis/Solicitation for item(s) 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) 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 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 (COTR); 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/NB734120-12-03995/listing.html)
- Place of Performance
- Address: Contractor's facility, and/or, NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02842842-W 20120818/120817000522-c95df32986982e13ce36bd866cd33ca9 (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 |