SOLICITATION NOTICE
C -- CAD DESIGN
- Notice Date
- 8/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering 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
- SB1341-13-RQ-0582
- Archive Date
- 9/5/2013
- Point of Contact
- Lynda M Roark, Phone: 3019753725, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
Lynda.Roark@nist.gov, todd.hill@nist.gov
(Lynda.Roark@nist.gov, todd.hill@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). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a small business size standard of 14 million dollars. This acquisition is set aside 100 percent for small businesses. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Lynda.Roark@nist.gov Questions should be received no later than 10 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) Background: The National Institute of Standards and Technology (NIST) has a requirement for Circuit board design, layout and construction at NIST, Gaithersburg, MD. The U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Quantum Electrical Metrology Division is in the process of applying a new standard, known as the Quantum Watt, for 60 Hz mains power calibrations based on precision sinusoidal reference voltages derived from Programmable Josephson Voltage Standards (PJVS) and the AC Josephson Voltage Standard (ACJVS). This work is part of the NIST mission to provide the highest international accuracy in power calibrations and ac voltage standards. An essential component of the PJVS development, as applied to NIST power and energy measurement services, is the need for precision ultra-spectrally pure waveform generation. This waveform generator is needed to produce the waveform that is compared by differential sampling instruments. Currently, there are no commercial waveform generators that meet the goal of spectrally pure and stability at or below the 1 microvolt per volt level. Line Item 0001- The contractor shall provide firm fixed price quotation for the following. The contractor shall perform all services associated with circuit board design, layout and construction as defined herein. The Contractor is responsible for maintaining accurate records of project activities. Task (1): $______ total: Layout design, component listing, check component list against lab inventory, list of components needed to be ordered, construction and testing of the boards for an eight channel generator for differential sampling use with the 10 V PJVS. Eight-Channel Harmonic Signal Generation and Josephson-Junction-Referenced, Differential Sampling Acquisition Unit. Details of these two boards are: i) Main board including: USB 2.0 interface; Altera FPGA-based logic for USB to DRAM to DSP bi-directional, high-speed FIFO memory; DSP/Sigma-Delta DAC­ based fractional-N frequency synthesizer circuitry for inter-harmonically related isolated DC-DC converter; Altera FPGA-based logic for variable frequency and delayed clock generation and synchronization for single channel of off-board, isolated, sigma-delta and/or Josephson-Junction­ based reference DAC, output DAC, and sub-harmonically related ADC channels. Task (2): $_________ total: Layout design, component listing, check component list against lab inventory, list of components needed to be ordered, construction and testing of the boards for low noise multi­ range output, 2 range input, 5 Ampere transconductance amplifier. Produce finalized schematic drawings for amplifier board. Layout printed circuit boards. Populate two circuit boards. Task (3): $_________ total: Mechanical layout, design and construction of 2 low noise multi-range 5ampere transconductance amplifiers using boards from task 2. Task (4): $_________ total: Layout design, component listing, check component list against lab inventory, list of components needed to be ordered, construction and testing of the board for differential sampling comparator probe. The contractor shall layout circuit according to suggested parts placement. Detail as required node spacing's to permit further analysis. Task (5): $_________ total: Layout design, component listing, check component list against lab inventory, list of components needed to be ordered, construction and testing of the boards for low-noise programmable current source. i). Main board includes: isolated, Altera FPGA-based IEEE-488 listener interface with asynchronous (normally inactive), 150 Mbps fiber-optic transmitter circuitry. ii). Current output board include: low-power, battery-operated, Altera CPLD-based 150 Mbps fiber-optic receiver circuitry and glue logic to support asynchronous (normally inactive) communication with on-board, high-accuracy DAC and low­ noise transimpedance amplifier. Task (6): $_________ total: Layout design, component listing, check component list against lab inventory, list of components needed to be ordered, construction and testing of the boards for 8 low noise 10 Ampere transconductance amplifier. Produce finalized schematic drawings for amplifier board. Layout printed circuit boards. Populate eight circuit boards Task (7): $_________ total: Mechanical layout, design and construction of 8 low noise 10 ampere transconductance amplifiers using boards from task 6. Firm Fixed Price Total for all tasks: $_________________ Deliverables and Reports: a). All design schematics, layout and CAD files shall be recorded and archived on the NIST computer system for future use in editing, replication and publication. b). Hardware for all 7 tasks shall be constructed and in good working order as determined by the NIST project staff. c). Where applicable, the contractor shall produce CAD mechanical shop drawings for fixtures, enclosures, and jigs that are suitable for fabrication. d). Submit a technical report that includes all algorithms, procedures and methods developed under this contract. The report shall also include testing results, data analysis, conclusions and recommendations. Due no later than 1 year after award of contract. e). Progress Reports: The contractor shall provide quarterly progress reports that document the following for the previous quarter: 1. Activities accomplished any problems, issues, risks, and recommendations that were brought to the attention of the Contracting Officer's Representative (COR). 2. Planned activities for the next time period. Due no later than the 15th day of the next quarter. Period of Performance: The period of performance shall be one year from the effective date of the award. The researcher(s) can work between the hours of 7:00 am to 7:00pm at the NIST laboratories in Gaithersburg, MD. Federal Holidays: NIST will be closed on the following federal holidays: New Years Day, Martin Luther King Day, Presidents Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Place of Performance: All work shall be performed at NIST, Gaithersburg, Maryland. Government-Furnished Property, Data, and Information. All material provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this contract remain the property of the Government. Government furnished equipment will be provided in an as condition and in a working condition. Upon contract award the government will provide all equipment in the instrument design Laboratory along with a computer and phone for the duration of this contract. 1352.217-102 Government Review, Comment, Acceptance and Approval (JAN 1987): a). Documentation, including drawings and other engineering products and reports, required by the contract to be submitted for review, comment, acceptance or approval will be acted upon by the Government within 30 calendar days after receipt by the Government, unless another period of time is specified. b). Review, comment, acceptance or approval by the Government as required under this contract and applicable specifications shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such review, comment and acceptance or approval. Risk Assesment: The HSPD-12 Security Risk Level assigned to this Contract is Low Risk. Performance Standards: All deliverables shall meet specifications as defined herein. The COR will provide comments on each deliverable within 20 calendars days from receipt of a given deliverable. The Contractor shall make any needed changes to the deliverables within 20 calendar days from receipt of electronic or written comments from the COR. The COR will provide written notification when deliverable is accepted. Travel: None General Requirements: This work does not involve confidential or proprietary data. The certification and accreditation requirements of Clause 1352.239-72 do not apply and a security accreditation package is not required. Misconduct or Disruption of Services: At any time during the performance period of this contract, the CO, COR or Operating Unit (OU) Director may request the Contractor employee be immediately removed from the premises if they determine, at their unilateral discretion, that any of the Contractor employee's actions or impaired state to be a disruption to the workforce. Safety: The Contractor employee shall be responsible for knowing and complying with all installation safety prevention regulations. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. The Contractor shall comply with the Electronics and Electrical Engineering Laboratory voltage safety policy which shall be followed at all times. Patent Rights: The Government retains a Government use license to all inventions arising from this work. Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus. Identification Badges: Contractor employees shall comply with NIST identification and access requirements. The Contractor employee is responsible for absences due to expired identification and access documents. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office. The badge must show the full name, title, and if required by NIST, the words "Contractor" in front. The Contractor employee shall tum in the NIST identification badge and vehicle pass to the COR or CO upon termination of their services under this contract. Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle's rear view mirror in accordance with instructions. The Contractor employee shall follow NIST procedures for removal and turn-in ofthe vehicle pass upon termination of services under this contract. Media Inquiries: The Contractor employee shall not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the COR and/or CO. There shall be no interviews, comments, or any other response without the knowledge and approval of the NIST Director. Transition- Phase-In I Phase-Out: The Contractor shall cooperate to the extent required to allow for the successful transition in order to minimize degradation and disruption of services and allow for the orderly changeover to any successor Contractor. Warranty: The Contractors commercial warranty shall apply. Final Acceptance: NIST will provide payment in full upon successful completion of deliverables, demonstration of specifications, and inspection and acceptance testing, and submission of a proper invoice from the Contractor. Payment terms shall be Net 30 Days. Evaluation Criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical Approach, 2) Qualifications/Experience, 3) Past Performance and 4) Price. Technical Approach, Past Performance, and Qualifications/Experience, when combined, shall be more important than price. If Technical Approach, Past Performance, and Qualifications/Experience are equivalent, price shall be the determining factor. 1. Technical Approach: Evaluation of Technical Approach will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine the likelihood of effectively meeting the requirements; 2. Qualifications/Experience: NIST will evaluate the extent of the offeror's experience providing similar service. The organizational experience will be evaluated to determine that the general background, experience, and qualifications of the organization meets acquisition support service requirements in the Statement of Work. Offerors will be evaluated to determine if their past experience includes work of similar nature to the requirements as follows: CONTRACTOR'S MINIMUM QUALIFICATIONS 1. Knowledge of PADS circuit design software 2. The Contractor must be familiar with basic mechanical construction and wiring techniques for producing prototype instrumentation. 3. Contractor must have knowledge of standard dimensioning and tolerance specifications. 4. Contractor must have experience in soldering surface and lead mount components on to printed circuit boards. 5. Contractor must be familiar with basic mechanical construction and wiring techniques for producing prototype instrumentation. 6. Contractor must have knowledge of standard dimensioning and tolerance specifications. 7. Contractor is to be familiar with simple trouble shooting methods to identify soldering and component failures 8. Understanding of and experience of current comparator bridges, electronic signal sampling techniques, digitally synthesized waveform generators, active and reactive power and energy meters. 9. Knowledge of quality systems, particularly the requirements of ISO/IEC 17025. 10. Knowledge of electrical engineering, including an understanding of ac and de, voltage and current 3. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror's past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. 4. Price: Price shall be evaluated for fairness and reasonableness, consistent with the Contractor's technical submissions. Past Performance, Qualifications/Experience and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Approach evaluation factor. A technically unacceptable quote is defined as quotation which is determined to be unlikely to effectively meet the requirements of the Statement of Work. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (ADDENDUM) General Instructions: a. Period for Acceptance of Offers. Quotations shall remain valid for acceptance for a minimum of 60 days from receipt of quotation. b. Quotations are expected to conform to solicitation provisions and be prepared in accordance with this section. To aid in evaluation, a quotation 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 one 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 and ½-inch x 11-inch paper, in a commercially standard font, not smaller than 12 point font. Each page in the quotation shall be separately numbered. The quotation shall be limited to fifteen (15) single-sided pages, single-spaced (excluding letter of transmittal, resumes, representations, certifications, cover letter and letters of commitment) c. All quotes shall be received not later than 3:00 PM local time, on August 21, 2013; at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Lynda Roark. Emailed quotes are acceptable and shall be addressed to: Lynda.Roark@nist.gov. Faxed quotes will NOT be accepted. Quotations shall not be deemed received by the Government until the entire quotation is entered into the e-mail address inbox set forth above. Quotation Content: Each quotation shall consist of two separate electronic files: (a) Technical Quotation and (b) Business/Price Quotation. The contents of each shall be as follows: a. Volume I Technical Quotation: No pricing information shall be included in the technical quotation. The technical quotation shall include the following: 1. Technical Approach - the offeror shall provide sufficient information to demonstrate its understanding of the requirements, providing a concise, detailed, and thorough discussion of its technical approach to successfully provide the services required. Fully describe a technical approach to each of the task areas in the quotation, indicating how the work of the project will be performed. Provide a detailed work plan for executing the tasks described in the Statement of Work. This plan will portray the objectives to be accomplished, methods for achieving these objectives, and allocation of personnel and other resources. 2. Qualifications / Experience - the offeror shall describe its experience in performing the same or similar services AND demonstrate its key personnel have the qualifications as described the Statement of Work. 3. Past Performance - Past performance will be evaluated to determine the overall quality of the product & service provided and the contractor's history of meeting delivery schedules for prior deliverables. Evaluation of past performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its' affiliates. The contractor must provide a list of references (name, contact person, contact information) to whom the same equipment and or services has been provided. b. Volume II Business/Price Quotation: Price Quotation shall include the following: 1. A price quotation which addresses line item 0001, all tasks, The Government contemplates award of a firm, fixed-price purchase order as a result of this solicitation for the required technical services; Estimated hours per task: Task (1): 250 hours Task (2): 160 hours Task (3): 120 hours Task (4): 180 hours Task (5): 230 hours Task (6): 180 hours Task (7): 220 hours 2. Signed amendments to the solicitation, if any are issued. 3. Acceptance of Terms (Addendum to FAR 52.212-1(b)(11): This is an Open-Market Combined Synopsis/Solicitation for equipment 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. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors 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. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) The following clauses apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel; 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; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 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; 52.227-14 Rights In Data--General; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.237-3 Continuity of Services 52.245-1 Government Property 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. The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.201-70 Contracting Officer's Authority; 1352.208-70 Restrictions on Printing and Duplicating; 1352.209-72 Restrictions against Disclosure; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest; 1352.237-71 Security Processing Requirements - Low Risk Contracts; 1352.239-72 Security Requirement for Information Technology Resources; 1352.271-83 Government Review, Comment, Acceptance and Approval
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0582/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Record
- SN03143978-W 20130811/130809234734-d1628026fe6c0a3fee1f3af79606560d (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 |