SOLICITATION NOTICE
R -- Testing and Certification Implementation Support - Package #1
- Notice Date
- 8/23/2014
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-14-RQ-0709
- Archive Date
- 9/19/2014
- Point of Contact
- Abdul-Kudus Yahaya, Phone: 3019758497, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
abdul-kudus.yahaya@nist.gov, todd.hill@nist.gov
(abdul-kudus.yahaya@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SCHEDULE OF LABOR RATES STATEMENT OF WORK (SOW) DESCRIPTION: The National Institute of Standards and Technology (NIST) has a requirement for Testing and Certification Implementation Support for the Engineering Laboratory (EL) Division at NIST, Gaithersburg, MD. 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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to abdul-kudus.yahaya@nist.gov. Questions should be received no later than August 29, 2014. 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) The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 Other Scientific and Technical Consulting Services with a small business size standard of $15 million. This acquisition is 100% set-aside for small business. The Government do not intend on making multiple awards. All offerors shall provide a quotation for the following line items: Line Item 0001: Contractor shall provide Services in accordance with the attached Statement of Work, (Attachment A). Labor Hours CLIN. Line Item 0002 Travel in accordance with the Federal Travel Regulation (FTR) to provide services in accordance with the attached Statement of Work, (Attachment A). All estimated travel shall be approved in writing by the Contracting Officer's Representative (COR) prior to contractor incurring travel cost. Not to exceed amount: $3,000.00. For evaluation purposes all interested parties shall quote this amount. The Contractor exceeds this amount at its own risk. Line Item 0003 Optional Services Separately Priced. Contractor shall provide Services in accordance with the attached Statement of Work, (Attachment A). Labor Hours CLIN. This may or may not be exercised during the performance of this contract. Line Item 0004 Optional Services Separately Priced. Travel in accordance with the Federal Travel Regulation (FTR) to provide services in accordance with the attached Statement of Work, (Attachment A). All estimated travel shall be approved in writing by the Contracting Officer's Representative (COR) prior to contractor incurring travel cost. This may or may not be exercised during the performance of this contract. Not to exceed amount: $3,000.00. For evaluation purposes all interested parties shall quote this amount. The Contractor exceeds this amount at its own risk. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://www.acquisition.gov/far/. Provisions 52.204-7 System for Award Management; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.217-5 Evaluation of Options; 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html. Offerors shall 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. Clauses 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 (Jun 2014)-- including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when subcontracting with Contractor's Debarred, Suspended or proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-40 Notification of Employee RightsUnder the National Labor Relations Act 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.227-14 Rights in Data--General 52.232-99 Dev Providing Accelerated Payment to Small Business Contractors 52.247-34 F.O.B. Destination The following CAR clauses: (https://www.federalregister.gov/articles/2010/03/08/2010-4132/commerce-acquisition-regulation-car#h-372) 1352.201-70 Contracting Officer's Authority 1352.201-72 Contracting Officer's Representative (COR) 1352.209-73 Compliance With The Laws 1352.209-74 Organizational Conflict of Interest 1352.239-71 Electronic and Information Technology 1352.246-70 Place of Acceptance NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 PAGE 42 OF 42 GS-35F-0164N/SB1341-14-NC-0335 (End of clause) INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 3:00 p.m. Eastern Time, September 4, 2014. FAX and hard-copy quotations shall not be accepted. E-mail quotations shall be accepted at abdul-kudus.yahaya@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Volume I - Price Quotation: The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a labor hour, preferably FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. SCHEDULE OF LABOR RATES The offeror shall provide a proposed schedule of not to exceed fully burdened hourly labor rates to be applied to each labor category proposed under this purchase order. The proposed rates shall not be exceeded. See attachment B for schedule labor rates to be completed by the offeror. The proposed labor categories and rates which will be included in Section B of the resultant. The Offeror may propose a labor category(s) applicable to their proposal that is different from the Government anticipation. If an alternate labor mix is quoted, Offoror shall provide an explanation as to how the government will benefit from the alternate labor mix. (Note: This information will be used solely for evaluation of labor mix and overall price). The Government estimates but does not guarantee 494 contractor labor-hours (247 for CLIN 0001 and 247 for CLIN 0003). 2) Volume II-Technical Quotation: The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical solution for this requirement that demonstrates a sound and feasible approach to complete 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. Experience: The offeror shall demonstrate the extent to which it has recently performed similar work. Past Performance: The Offeror shall provide contact information for three (3) references for past-performance for work performed within the last five (5) years with federal, state or local governments and commercial customers. The past performance references should be for projects of similar scope and complexity as the requirement herein. If the offer intends to use subcontractor(s) for part of this requirement, then the Offeror shall also provide that organization's past performance information. If the Offeror and, if applicable, its subcontractor(s) has no relevant past performance information, it should include a statement to that effect in its proposal. The Government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1. Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; 4. Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. 6. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Acceptance of Terms and Conditions: This is an open-market solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: 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. QUOTATION EVALUATION 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on relative importance of the following factors in descending order: Factor 1: Technical Solution: 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, including its implementation plans and processes and to satisfy these requirements, and any innovative approaches. The Offeror's Technical solution will be evaluated based on the assessed strengths, weaknesses, deficiencies, uncertainties and risks of each Offeror's proposed technical solution. Factor 2) Key Personnel: The Government will evaluate the extent to which the resumes submitted for the offeror's proposed key personnel demonstrate they have appropriate education, qualifications, and experience, to efficiently and effectively manage and perform the requirements and ensure the technical quality of deliverables. Factor 3) Experience: The Government will evaluate the extent of the offeror's experience providing similar services. NIST will give preference to offerors who demonstrate they have experience delivering the same type of services they are proposing for the current requirement. An offeror without a history of relevant experience may receive a lowered rating for the Key Personnel/Experience Factor. The Government will evaluate the degree of comparability of each Offeror's past projects relevant to this acquisition, in particular, their experience in developing, implementing interoperability testing/certification plans related to smart grid, and knowledge and familiarity with SGIP and this organization's Testing and Certification Committee, Priority Action Plans (PAPs), and its processes and activities. In addition, a resume and copies of industry awards, certificates, and letters of recommendation should be submitted. Factor 4) 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 three years. In assessing the offeror's past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction.. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. 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. NOTE - If an offeror does not have a history of relevant contract experience, or if past performance information is not available, the offeror will receive a neutral past performance rating; however, an offeror without a history of relevant experience may receive a lowered rating for the Experience Factor. Factor 3: Evaluated Cost/Price The Government will evaluate the reasonableness of the Offeror's proposed pricing over the life of the contract of each acceptable offer in relation to other acceptable offers. Basis for Award The Contracting Officer intends on awarding without discussions. A quotation will only be considered technically acceptable if it clearly demonstrates compliance with this solicitation. All evaluation factors other than price both individual and when combined, are considered more important than price. However, the Government will not select an offeror for award on the basis of technical merit without concern and consideration of its price. The degree of importance of price as an evaluation factor will increase with the degree of equality in the technical merits of the proposals. 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: TODD HILL, 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 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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0709/listing.html)
- Record
- SN03478273-W 20140825/140823233342-d2697839094b4185383652bbaeb1d351 (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 |