Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
SOLICITATION NOTICE

58 -- Vehicle Global Positing System - Package #1

Notice Date
7/30/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
NB059000-15-03530
 
Archive Date
9/1/2015
 
Point of Contact
Sandra Smith, Phone: 3019756646, Teresa Harris, Phone: 301-975-8029
 
E-Mail Address
sandra.smith@nist.gov, Teresa.Harris@nist.gov
(sandra.smith@nist.gov, Teresa.Harris@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule vehicle list wage rates Colorado wage rates- Maryland Statement of work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This requirement is being set-aside 100% for small businesses under NAICS Code 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with the SBA Size Standard of 750 Employees. This requirement is for NIST Vehicle Fleet Global Positing System. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-81. Applicable Provisions/Clauses: The following clauses and provisions apply to this solicitation and are included by reference. Federal Acquisition Regulation (FAR) Clauses/Provisions: 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.203-17 Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights 52-204-7 System for Award Management 52.204-10 Reporting Executive Compensation and first-Tier Subcontract Awards 52.204-16 Commercial and government Entity code reporting 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation-Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right - to- know Information 52.223-10 Waste Reduction Program 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-33 Payment by Electronic Funds Transfer (EFT) 52.232-40 Providing Accelerated Payment of Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.244-6 Subcontracts for Commercial Items 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Commerce Acquisition Regulation (CAR) Clauses/Provisions: 1352.201-70 Contracting Officer's Authority 1352.201-72 Contracting Officer's Representative (COR) 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 1352.228-70 Insurance coverage 1352.228-72 Deductibles under required insurance coverage-fixed price 1352.233-70 Agency Protest 1352.233-71 GAO and Court of Federal Claims protests 1352.246-70 Place of acceptance 1352.270-70 Period of performance NIST LOCAL-04 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 (End of clause) The full text of the FAR and CAR can be accessed on the Internet at http://farsite.hill.af.mil. The Offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Representations and Certifications must be uploaded to the System for Award Management SAM at www.sam.gov as directed by FAR 4.1201(a). Offeror must be current in SAM. 52.217-8 -- Option to Extend Services. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days prior to the expiration of the contract. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days. Provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. 52.219-14 -- Limitations on Subcontracting. Limitations on Subcontracting (Nov 2011) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to-- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of Clause) 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Donald Collie at National Institute of Standards and Technology U.S. Department of Commerce 100 Bureau Drive, Mail Stop 1640 Bldg. 301, Rm. B140 Gaithersburg, MD 20899 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) Proposal Submission Information: SUBMIT PROPOSAL VIA US POSTAL SERVICE (MAIL); FEDEX, UPS OR PHYSICAL DELIVERY TO: 100 BUREAU DRIVE BUILDING 301, ROOM B162 GAITHERSBURG MD 20899-1640 ATTN: SANDRA SMITH DIRECT ALL QUESTIONS RELATED TO THIS SOLICIATION TO: Sandra.smith@nist.gov All proposals must be assembled separately two volumes; Price proposal and Technical Proposal as follows: 1. Price Proposal: Pricing must be submitted as requested in the Schedule of Supplies/Services comprised within the solicitation document No price/cost information should be included in the technical proposal document. Offerors are not required to submit detailed cost and pricing information with their initial offer beyond the overall price. 2. Technical Proposal: Submit technical proposal in a format which clearly addresses the evaluation factors. Each response must address each factor/sub factor in the sequence listed below and clearly identify which factor is being addressed. The offeror must identify any subcontractors proposed under this solicitation. All technical elements applicable to the utilization of subcontractors must be addressed in the technical proposal and detail provided. The Technical Volume must not exceed 25 (25) pages in length (minimum 12-point font). Page limitation does not includes any drawings, charts, etc., and excludes section dividers, table of contents, list of figures/tables, glossary of terms and cross-referencing indices (all of which are not considered content pages). Failure to submit a complete proposal will result in the proposal being deemed non-responsive. AWARD BASIS This is a competitive Request for Proposal (RFP) that represents the best value to the Government. 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 using the Tradeoff Process 15.101-1. The Government intends to evaluate proposals and award a contract without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the proposal instructions. Communication conducted to resolve minor or clerical errors would not constitute discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received. Price proposals will be evaluated to ensure price reasonableness to include the evaluation of all option periods. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offeror must show in their proposal how they plan to meet the requirements of 50% of contract performance incurred for employees of the firm. 52.219-14 -- Limitations on Subcontracting. Limitations on Subcontracting (Nov 2011) Proposal Specifics: All offers must include the following information: 1. Company's or individual's complete mailing and remittance address and email address. 2. Proposals must be valid for a period of no less than 60 days. 3. Bid Schedule 4. Technical Capabilities in accordance with the SOW and the 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 using the technical/price tradeoff method. Evaluation of Proposals: Relative Importance: 1. Factor 1 is a critical Factor and must receive a pass for proposal to be considered for further evaluation. 2. Factors 2,3,4,5 are equal and, when combined, are approximately equal to cost and price. 3. As the technical ratings become equal price becomes more important. The Government's evaluation of quotations will fully account for the evaluation factors identified and required under the proposal specifics above. Proposals that do not meet the specifics will be deemed unacceptable, and therefore not considered for award. Basis of award for this contract will be to the offeror whose quotation (conforming to this solicitation) is determined to be the best value to the government with no discussions. Therefore, proposals should contain the offeror's best terms from a technical and price standpoint. A check of the Federal Awardee Performance and Integrity Information System (FAPIIS) will be completed to determine offeror's responsibility. The sections of the proposal will be evaluated in the following manner: Technical Information: The offer must submit their qualifications in accordance to the SOW and the Evaluation Criteria, along with the bid schedule. Price Information: The offeror must have completed the bid schedule found in this combined synopsis/solicitation, to include submission of their qualifications in accordance to the attached SOW and Evaluation Criteria. Price will be evaluated for fairness and reasonableness through the use of price analysis. EVALUATION CRITERA FACTOR 1-PASS/FAIL CRITICAL FACTOR SUBMIT WITH PROPOSAL. WHEN SUBMITTING YOUR PROPOSAL, OFFERORS MUST DISCLOSE WHICH METHOD THEY ARE USING IN THEIR PROPOSAL: NIST HOST OR CONTRACTOR HOST SOLUTION. a. Hosting Options for data. i. In-House Solution- NIST Host The Contractor must provide system software and hardware requirements and prerequisites to install and operate the GPS solution internally at NIST. The acquisition must include the support necessary to implement and maintain the proposed GPS solution. The preferred hardware and software requirements that the Government expect from the proposed GPS tracking solution or application as follows: a. Hardware Platform: • Windows Server 2012 R2 (preferred) • Windows Server 2008 R2 (available if required) • Compatible with workstations running Windows 7, Internet Explorer 10 or 11 (Expected January 2016) b. Database i. Microsoft SQL Server 2008 R2\2012\SQL Server 2014 (Will be added to our platform support soon) c. Protocols/Format: i. HTTPS, TLS ii. All encryption methods must be FIPS 140-2 validated. 2. Security Requirements a) Internet Protocol Version 6 (IPv6): The Contractor shall have its solution or application be accessible through both Internet Protocol Version 6 (IPv6) and IPv4. If not already compliant, the Contractor shall provide the Government with a statement regarding its plans to implement IPv6, including timeframe. b) Two-Factor Authentication: The Contractor shall configure its solution or application to accept the Personal Identity Verification (PIV) Card for user authentication, in accordance with the Homeland Security Presidential Directive 12 (HSPD-12): Policy for a Common Identification Standard for Federal Employees and Contractors. The Contractor shall be available to work with the Government in implementing steps towards implementation of this requirement. The Contractor's application shall implement PIV authentication through integration with the NIST operated Active Directory Federation Services (ADFS) infrastructure. The ADFS service allows integration via SAML 2.0 and provides end-user authentication via PIV and NIST approved alternate authentication methods. Applications that cannot integrate with ADFS will implement PIV (certificate based authentication). Alternatives to PIV authentication must also be supported to allow access by users when their PIV card is not available. Alternative authentication mechanisms shall be consistent with NIST Special Publication 800-63 and the system's accessed Level of Assurance (LOA). References: http://www.whitehouse.gov/sites/default/files/omb/memoranda/2011/m11-11.pdf. ii. Hosted Solution- Contractor Host 1. The Contractor and/or any sub-contractor who hosts or has access to the Government data must ensure that they (contractor and/or sub-contractor) have FedRAMP authorization, an Authorization to Operate (ATO) letter issued by a Federal Government agency as evidence that they have been assessed and authorized, or have passed an independent security audit (e.g. Statement on Standards for Attestation Engagements (SSAE), PCI Data Security Standard (PCI DSS). If using an ATO letter, that letter shall clearly state the impact level at which the Contractor has been assessed and authorized. Within 5 days of contract award, the Contractor shall provide to NIST, as a deliverable, evidence of the audit or instructions on how to obtain evidence of the above, if the Contractor has had any audits described above or other security audit. 2. Internet Protocol Version 6 (IPv6): The Contractor shall have its solution or application be accessible through both Internet Protocol Version 6 (IPv6) and IPv4. If not already compliant, the Contractor shall provide the Government with a statement regarding its plans to implement IPv6, including timeframe. 3. Two-Factor Authentication: The Contractor shall configure its solution or application to accept the Personal Identity Verification (PIV) Card for user authentication, in accordance with the Homeland Security Presidential Directive 12 (HSPD-12): Policy for a Common Identification Standard for Federal Employees and Contractors. The Contractor shall be available to work with the Government in implementing steps towards implementation of this requirement. The Contractor's application shall implement PIV authentication through integration with the NIST operated Active Directory Federation Services (ADFS) infrastructure. The ADFS service allows integration via SAML 2.0 and provides end-user authentication via PIV and NIST approved alternate authentication methods. Applications that cannot integrate with ADFS will implement PIV (certificate based authentication). Alternatives to PIV authentication must also be supported to allow access by users when their PIV card is not available. Alternative authentication mechanisms shall be consistent with NIST Special Publication 800-63 and the system's accessed Level of Assurance (LOA). References: http://www.whitehouse.gov/sites/default/files/omb/memoranda/2011/m11-11.pdf. OFFEROR MUST RECEIVE A PASS RATING IS THIS AREA FOR PROPOSAL TO BE CONSIDERD FOR FURTHER EVALUATION. FACTOR 2- GPS Tracking Device Requirements. Offeror proposal must address ALL requirements below for factor 2 -- i. At a minimum, each GPS tracking device must provide the ability to track the following real-time data elements for each vehicle: 1. Speed management (including speeds above a pre-determined and set limit); 2. Stop to start timing (jack rabbit starts); 3. Run to stop time (hard stops); 4. Idling habits (duration and trends); 5. Vehicle location; and a. A vehicle's location must be able to be tracked at all times whether or not the vehicle's ignition is on. 6. Mileage and routes driven ii. Each GPS tracking device must record driver tendencies while operating the vehicle and display those events that are outside of customizable, user-defined ranges for each vehicle, to include: 1. Vehicle idle times; 2. Fuel usage; 3. Excessive speed; and 4. Severe driving such as hard turns, hard braking, and rapid acceleration iii. Each GPS tracking device must track the location of each vehicle in the NIST vehicle fleet on a daily basis. The tracking record must indicate all stops longer than a customizable, user-defined time, e.g., 10 minutes, and must provide the street address of the stop. The GPS tracking devices must capture all routes taken by any NIST fleet vehicle and must display the entire route of each vehicle in the tracking software. FACTOR 3 - TRACKING SOFTWARE/APPLICATIONS -- iii. The Contractor must provide a web-based application that can provide online, real-time access to all tracking information through a password-protected web page. iv. The Contractor must provide up to four (4) applications or web-based mobile sites for Android and iOS devices that can: 1. Provide NIST Transportation Group personnel access to the all data available to the web-based application; and 2. Provide Transportation Group customers the ability to track the location of NIST shuttle buses in real-time. v. All GPS tracking devices must have the ability to set up geo-fencing that must identify all vehicles that depart either NIST campus at a distance greater than 10 miles. vi. All GPS tracking devices must have the ability to be assigned and reassigned as needed to specific drivers. vii. Reporting must be customizable and provide the Government with the ability to run detailed and summary reports on driver and vehicle performance that contains daily, weekly, and monthly statistics. viii. The tracking software must send real-time alerts to designated Government employees. The report must include notifications of all instances in which a vehicle has been operated outside of the pre-defined limits or in the event a tracking device has been tampered with. ix. A vehicle's daily history must be retained by the tracking software for no fewer than 90 days. FACTOR 4 - TRAINING AND TECHNICAL SUPPORT -- The Contractor must provide onsite training for up to three (3) Transportation Group automotive mechanics. Training must, at a minimum, include all relevant information in regards to GPS tracking device installation, removal, configuration, and troubleshooting. The Contractor must provide onsite training for up to three (3) Transportation Group management and/or administrative personnel. Training should, at a minimum, include all information relevant to customizing the display, managing user access and permissions, understanding information from the system's display, and reporting. During the Transportation Group's normal operating hours of 7:00 AM to 6:00 PM Monday through Friday, the Contractor must provide technical support to answer questions and provide solutions for technical issues that may arise during the full performance period of this contract. FACTOR 5 - PAST PERFORMANCE -- Offeror must demonstrate that it has successfully provided Vehicle Fleet Global Positioning System GPS Tracking and Fleet Management Services for contracts with similar size and scope in the last three (3) years. Identify federal, state and local government contracts as well as any private/commercial contracts of similar scope, size, complexity that are ongoing. List the following information for each contract: • Company Name and address • Types of services performed • Name, telephone number or e-mail address of responsible individuals who have first- hand knowledge of performance relative to the same type of services, • Dates of contract performance • Total contract value. Offerors without relevant past performance will not be evaluated favorably or unfavorably on past performance. Past performance will be rated as neutral. FACTOR 6 - DELIVERY SCHEDULE/PRICE/COST -- SCHEDULE OF SUPPLIES AND SERVICES. Contract must designate whether their solution is for the Government to purchase or lease the equipment. The Contractor must furnish the necessary personnel, material, equipment, and services necessary to install GPS tracking devices and to provide monitoring services with Global Positioning System (GPS) devices to NIST, 100 Bureau Drive, Gaithersburg, MD. The Contractor must additionally furnish up to forty (40) additional tracking devices and related installation hardware for the Boulder CO fleet of vehicles. The contractor must establish a monthly monitoring service charge for a one-year base period, and four (4) one-year option periods. The Contractor must provide and install up to 119 GPS tracking devices as well as any and all related hardware, harnesses, and installation kits needed to install the devices into NIST's vehicle fleet. (SEE ATTACHED VEHICLE LIST) NIST must have the option to purchase or lease up to forty (40) additional tracking devices during the base period with the option to purchase or lease up to ten (10) additional tracking devices to include hardware during each option period. In the event a GPS tracking device or any related hardware malfunctions, the Contractor must supply a replacement part or parts at no additional cost to NIST. NIST service technicians must install any replacement parts provided by the Contractor. See attachment for schedule of supplies and services. TECHNICAL QUESTIONS Offerors must submit all technical questions regarding this solicitation to the Contract Specialist in writing on or before August 10, 2015 at 10:00AM EDT no questions will be accepted after this date. Questions may be sent via e-mail to sandra.smith@nist.gov and teresa.harris@nist.gov. Please address your subject line as follows: NIST GPS Tracking and Fleet Management. Telephonic (verbal) questions Will Not be addressed. All responses to questions, which may affect offers, will be incorporated into a written amendment to the Request for Proposal and will be posted to Fedbizzops. DUE DATES All proposals must be received by August 17, 2015 at 2:00PM EDT. SUBMIT PROPOSAL VIA US POSTAL SERVICE (MAIL); FEDEX, UPS OR PHYSICAL DELIVERY TO: 100 BUREAU DRIVE BUILDING 301, ROOM B162 GAITHERSBURG MD 20899-1640 ATTN: SANDRA SMITH
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB059000-15-03530/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, U.S. Department of Commerce, 100 Bureau Drive, Mail Stop 1640, Bldg. 301, Rm. B140, Gaithersburg,, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03816656-W 20150801/150730235439-7c79656d245ecbd2c995adec7825721b (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.