SOLICITATION NOTICE
D -- smartStruxure Software - SOW
- Notice Date
- 4/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- 732010-14-01309
- Archive Date
- 5/10/2014
- Point of Contact
- Sajurnia Harris,
- E-Mail Address
-
sajurnia.harris@nist.gov
(sajurnia.harris@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW 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 QUATATION (RFQ). THE SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210 Electrical Contractors and other wiring Installation contractors with a Dollar Amount of 14.0. This REQUIREMENT is a 100% set aside for small businesses, Brand-name or equal; the SOW is attached. THE NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (NIST) REQUIRE: Required Specification as follows: SmartStructure is a software platform that needs to be integrated to the existing DDC (direct digital controls) System design which uses Andover Controls Continuum components with a Cyberstation Front-End. The work, is not just delivery of a product, it requires integration of the existing software platform with the new one and new components. The Andover System used for this lab application is a proprietary System that incorporates open protocol communications. The new components being considered are also proprietary. The Andover controls contractor shall remove the existing PC and controls software and upgrade the digital controls to the Web-Client controls platform offered by Andover Controls. The contractor shall upgrade all graphics, schedules, etc., so that the full feature set of the existing control package is maintained with no degradation in functionality or user features. The contractor shall provide 8 hours of dedicated training for at least 3 NIST personnel. The contractor shall operate the new controls system to prove the new controls operate just as the existing controls to perform the following tests: 1.Above freezing test at 80 °F dry-bulb and 60.4 °F dewpoint. The controls must maintain conditions for within 1 °F dry-bulb and 0.5 °F dewpoint for one hour once steady conditions are attained. 2.Below freezing test with dry-bulb of 40 °F and dewpoint of 30 °F with no-frost system operating. The controls must maintain conditions for within 1 °F dry-bulb and 0.5 °F dewpoint for one hour once steady conditions are attained. 3.Above freezing test with no dewpoint control at 70 °F. The controls must maintain conditions for within 1 °F dry-bulb for one hour once steady conditions are attained. 4.Manual override control of all settings and component operations must be demonstrated to the NIST personnel. 5.Deliverables The contractor shall deliver a complete controls system based upon the SmartStruxure platform that meets or exceeds the functionality of the existing PC based controls software. 6.Period of Performance All work shall be performed so that it is completed and all deliverables submitted within 6 months of receiving a final contract. All work is to be performed during normal business hours. 7.Place of Performance The place of the performance is the NIST campus in Gaithersburg, MD in Building 226. 8.Contractor Personnel Requirements The contractors performing the upgrade to the Andover controls shall be an authorized Andover Factory distributor distinguished by the factory as a Facility Automation Specialist, FAS. 9.Government Furnished Property/Information/Equipment 10.NIST shall provide all contractor employees working on this requirement with information on NIST safety procedures. QUOTATION SUBMISSION INSTRUCTIONS: 1) All quotations must clearly demonstrate compliance with the required specification- CLIN structure and this solicitation. All quotations must be firm fixed price for each CLIN 0001-0004. 2) Delivery shall be no later than 14 days after receipt of award. Point of Contact will be designate at Award. 3) Inspection/Acceptance: Acceptance will be based upon satisfactory delivery and proper functioning of requested software. 4) All quotations must reference the Request for Quote number. 5) Technical description,specifications, and/or product Literature with enough information for the Government to be able to determine that the item9s) quoted meet the Government's requirement; 6)Documentation that the offeror is an authorized reseller of Schneider Electric product and services. 7) To be considered technically acceptable the Quoter also shall provide evidence of their authorized Andover factory distributor distinguished by the factory as a Facility Automation Specialist, FAS regional representative and certified factory installer status and quote all items exactly as listed in the Required Specifications. 8)Two relevant past performance references that include the Contracting Officer,Name,Contact Information,Awardnumber, and Value. 9) Price MUST BE inclusive of shipping DELIVERY TERMS SHALL BE FOB Destination. 10) Complete and submit Representations and Certifications (FAR 52.212-3) or a written confirmation that Representations and Certifications are current in https://www.sam.gov/portal/public/SAM/ DUE DATE: Responses are due is April 25, 2014, at 8:00 am Eastern Time. Please Email back a no quote to sajurnia.harris@nist.gov. Basis & AWARD: The Government will award one (1) Firm Fixed Price Purchase Order. Quoters are encouraged to submit their most favorable pricing. The contracting officer intends on awarding without discussions. A quotation will only be considered technically acceptable if it clearly demonstrates compliance with this solicitation. TECHNICAL ACCEPTABILITY MEANS THAT THE QUOTE IS FOR THE SPECIFIED BRAND NAME OR EQUAL ITEMS/DESCRIPTIONS. The apparent successful awardee shall also have satisfactory past performance. To be considered technically acceptable the Quoter shall provide evidence of their authorized Andover factory distributor distinguished by the factory as a Facility Automation Specialist, FAS regional representative and certified factory installer status and authorized reseller of Schneider Electric product and services along with quoting all items exactly as listed in the Required Specifications. Delivery address: NIST Building 301, Shipping & Receiving 100 Bureau Drive Gaithersburg, MD 20899-0001 The full text of a FAR provision or clause may be accessed electronically at: http://www.acquisition.gov/far. PROVISIONS AND CLAUSES: The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 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 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; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 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); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. The following CAR clauses apply to this acquisition: ( http://www.federalregister.gov/articles/2010/03108/2010-4132/commerce-acquisition-regulation-car#-372 ) 1352.201-70 Contracting Officer's Authority; 1352.209-73 Compliance with the law; 1352.209-74 Organizational conflict of interest; 1352.239-70 Software License Addendum 1327.404 Basic right in data. Department of COmmerce Agency-Level Protest Procedures Level above the Contracing Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm; And contractor must be registered in the System for Award Management (SAM), https://www.sam.gov to be eligible for award. Offerors quotations will not be deemed received by the government until the quotation is entered in the e-mail in box of sajurnia.harris@nist.gov Thanks for your cooperation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/732010-14-01309/listing.html)
- Place of Performance
- Address: NIST Building 301 Shipping & Receiving 100 Bureau Drive, Gaithersburg, Maryland, 20899-0001, United States
- Zip Code: 20899-0001
- Zip Code: 20899-0001
- Record
- SN03341503-W 20140419/140417234950-4c05f7f133dffa6c4d7c8b09a0299684 (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 |