Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOLICITATION NOTICE

D -- Wireless Networking for Smart Manufacturing and Survey of Representative Wireless Control Use Cases - Statement of Work

Notice Date
4/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design 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
1333ND18QNB770009
 
Archive Date
5/9/2018
 
Point of Contact
Abdul-Kudus Yahaya, Phone: 3019758497, Hing Pan Wong, Phone: 3019756289
 
E-Mail Address
abdul-kudus.yahaya@nist.gov, Hnw6@nist.gov
(abdul-kudus.yahaya@nist.gov, Hnw6@nist.gov)
 
Small Business Set-Aside
Very Small Business
 
Description
Statement of Work (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 SEPARATE WRITIEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This requirement is 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 541512, Computer Systems Design Services. The small business size standard is $27.5M. BACKGROUND INFORMATION The Advanced Network Technology Division (ANTD) at the National Institute of Standards and Technology (NIST) is collaborating with the Intelligent Systems Division (ISD) at NIST to develop a best-practice guideline for deployment of wireless technology in smart manufacturing environments. Much of ANTD's efforts have concentrated on channel propagation modeling in industrial environments and developing evaluation methodologies to measure the impact on control performance of imperfect wireless transmissions of plant control updates. The objective of this new project is to perform a survey of representative wireless control use cases in manufacturing industry. All qualified Offerors shall submit Firm-Fixed-Price quotations in accordance with this solicitation. CLIN 0001: Description: The contractor shall conduct study of Information-Centric Network (ICN)-based Internet of Things (IoT) with Wireless Network Deployments and Testbed Experimentation in accordance with the attached Statement of Work. Period of Performance: 05/14/2018 to 05/13/2019 I. INSTRUCTIONS TO OFFERORS General The Government intends to award a single purchase order in response to the solicitation. The Government reserves the right not to award a purchase order depending on the quality of the proposals submitted and the availability of funds. Based upon the results of the integrated assessment of the technical and cost/price proposals, the Government may make an award to other than the lowest-priced offeror or the offeror with the highest technical score if the source selection official determines that to do so would result in the best value to the Government. All offers received will be evaluated in accordance with the stated evaluation factors. The Government reserves the right to make an award without discussions based solely upon initial proposals. Therefore, offerors should ensure that their initial proposal constitutes their best offer in terms of both price and the technical solution being proposed. This is an open-market combined synopsis/solicitation. 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 quotations shall include a statement regarding the terms and conditions herein as follows: a. 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 b. 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) Offerors shall further provide the DUNS # for the Offeror's active System for Award Management (SAM) registration. Offerors must have an active registration at www.SAM.Gov to be considered for award. The Government will not consider any quotation without the information required by this solicitation. 1352.215-73 INQUIRIES (APR 2010): Offerors must submit all questions concerning this solicitation in writing electronically to abdul-kudus.yahaya@nist.gov. Questions must be received no later than 3 business 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) DUE DATE FOR QUOTATIONS Quotations shall be submitted by e-mail to Abdul-kudus.yahaya@nist.gov no later than 3:00 PM EDT, April 24, 2018. Quotations received after this date/time will not be considered for award. It is the offeror's responsibility to ensure delivery of the quotation is on time and to confirm receipt of quotation delivery date and time. Quotations shall remain valid for a minimum of 60 days from the date of receipt. 1352.215-70 QUOTATION PREPARATION (APR 2010) 1. Offerors shall furnish the quotation in two separate volumes, Technical (Volume I) and Pricing (Volume II) in the quantities specified below. Each volume shall be complete in itself so that evaluation of one volume may be accomplished independently of the other. 2. The page limit for the entire quotation combined is 10 pages, excluding resumes, cover letter and executive summary; any pages beyond the 10th page will not be evaluated. Overall Arrangement of Quotation Volume I - Technical Quotation: Offerors shall provide a Technical Quotation that addresses the following evaluation criteria: A. Technical Approach; B. Contractor Key Personnel Qualifications; and C. Past Performance/References. The technical quotation shall include the following information to demonstrate the offeror's understand and capability to complete the requirements in the Performance Work Statement, such as: i) The background, objectives, and work requirements of the statement of work as analyzed by the offeror, ii) The proposed methods and techniques for completing each task, iii) How each task will be evaluated for full performance and acceptability of work from the offeror's viewpoint; with support, iv) Any anticipated major difficulties and problem areas, along with potential recommended approaches for their resolution, v) Identification of roles and specify responsibilities for each role, and vi) Definition of the primary skill set required for each role.   MINIMUM CONTRACTOR KEY PERSONNEL QUALIFICATIONS Offerors shall provide the resame(s) of all key personnel proposed for this requirement. The tasks and deliverables defined in this requirement require the contractor key personnel to possess theoretical knowledge and practical experience in wireless communications, wireless sensor networks, and in particular, industrial wireless network protocols (e.g., Wi-Fi, WirlessHART/ISA100.11a, and massive and ultra-reliable low latency communications in 5G wireless). The Contractor shall also be familiar with mathematical modeling of control systems and basic controller design. In addition, the Contractor should be proficient in the use of OMNET++ to develop new modules for the co-simulation evaluation framework during the course of this project. Knowledge of Matlab and Python is required for data processing and analysis. The contractor shall also have software version control and GitHub management knowledge. Past Performance/References The offeror shall provide up to three examples of past performance conducted within the last three years of contracts of relevant work of a similar type and scope as the current requirement with federal, state or local governments and/or commercial customers. If the offeror has no relevant past performance, it should include a statement to that effect in its quotation. The government reserves the right to consider past performance data obtained from sources other than those provided by the offeror in its quotation. The description of each reference described in this section shall not exceed a half page. For each of the contracts, the offeror shall provide the following information: • Contract number • Client's name and address • Dollar value • Period of performance • Narrative describing the requirement and its relevance to the current requirement • Name of contracting officer or point of contact, telephone number and e-mail address VOLUME II - Pricing volume: The offeror shall propose a firm fixed price. The proposed price shall be realistic, complete, and reasonable in relation to the solicitation requirements. Proposed prices shall be entirely compatible with the technical quotation. The offeror shall provide a payment Schedule for the 12 months period of performance. Priced quotation shall be valid for a minimum of 60 days from date of required quote submission.   II. Evaluation criteria In determining which proposal provides the best value to the Government, non-price (technical) evaluation factors when combined are significantly more important than evaluated price. Non-price factors are listed in descending order of important. An offeror's proposal will be determined to be ineligible for award if the proposal merely reiterates the Government's requirement. (a) Technical Evaluation Factors. Factor 1--TECHNICAL APPROACH. The quotation will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to successfully accomplish the contract requirements. The degree to which the quotation demonstrates an understanding of and capability to successfully complete the requirements will be evaluated, as well as the offeror's planned management of consultants and subcontractors, if applicable. Factor 2-CONTRACTOR KEY PERSONNEL QUALIFICATIONS. The education, experience, and accomplishments of key personnel will be evaluated to determine the degree to which they possess the qualifications to perform their proposed duties under the contract. Factor 3--PAST PERFORMANCE. The offeror's past performance on related contracts will be evaluated to determine, as appropriate the relevance to this requirement, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management and customer satisfaction. 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 Key Personnel/Experience Factor. (c) Price Evaluation. (1) The proposed prices will be evaluated but not scored. The price evaluation will determine whether the proposed price is complete and reasonable in relation to the solicitation requirements. Proposed price must be entirely compatible with the technical quotation. (End) 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://acquisition.gov/comp/far/index.html. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http:// farsite.hill.af.mil/VFCARA.HTM. Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items 52.204-7 System for Award Management FAR Clauses: 52.202-1 Definitions 52.203-3 Gratuities 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-13 System for Award Management Maintenance 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-Commercial Items including subparagraphs 52.219-6 Notice of Total Small Business Set-Aside 52.203-6 - Restrictions on Subcontractor Sales to the Government Alternate I 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 52.209-9-Updates of Publicly Available Information Regarding Responsibility Matters 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 52.219-13 - Notice of Set-Aside of Orders 52.219-14 - Limitations on Subcontracting 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 - Equal Opportunity for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restriction on Certain Foreign Purchases; 52.232-30 - Installment Payments for Commercial Items 52.232-33 - Payment by Electronic Funds Transfer- System for Award Management. 52.209-5 - Certification Regarding Responsibility Matters 52.217-8 - Option to Extend Services 52.223-6 - Drug-Free Workplace; 52.227-14 - Rights in Data-General; 52.222-25 - Affirmative Action Compliance; 52.232-1 - Payments; 52.232-8 - Discounts for Prompt Payment; 52.232-11 - Extras; 52.232-17 - Interest; 52.233-1 - Disputes; 52.233-4 - Applicable Law for Breach of Contract Claim; 52.242-13 - Bankruptcy; 52.246-25 - Limitation of Liability - Services; 52.252-2 - Clauses Incorporated by Reference; Department of Commerce Acquisition Regulation (CAR) clauses. Please view the full text of these clauses at http://www.ecfr.gov/cgi-bin/text-idx?SID=8b5f22b07c12a52e8b29841ad60f1fd9&mc=true&tpl=/ecfrbrowse/Title48/48chapter13.tpl. Commerce Acquisition Regulations (CAR) Provisions and Clauses: 1352.201-70 Contracting Officer's Authority 1352.201-72 Contracting Officer's Representative (COR) 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 1352.237-75 Key personnel 1352.215-72, Inquiries Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 12:00 pm EST, 5 calendar days from the posting date. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. 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 FR 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: HING PAN WONG, 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, NW. Washington, DC 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, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) NIST Local Clauses NIST Local Clause_04 Billing Instruction 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) NIST LOCAL 07 All contractor personnel shall read and be familiar with the Computer Security Policy at NIST which can be downloaded from the NIST internal web site at http//www i.nist.gov/cio/itsd/pp_nist/policy/policy_accnuse.html. This policy is hereby incorporated by reference as if fully set forth. The Contractor and its employee(s) and agents shall abide by the terms and conditions of the policy throughout the period of performance (including any exercised option periods) of this contract. (End of clause) NIST LOCAL-53 Contract Performance During Changes in NIST Operating Status Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status: Gaithersburg Campus Operating Status Line: (301) 975-8000 (800) 437-4385 x8000 (toll free) Boulder Campus Operating Status Line:(303) 497-4000 During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management?s website at www.opm.gov for the Federal Government operating status. NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer?s Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed. Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/1333ND18QNB770009/listing.html)
 
Record
SN04882674-W 20180411/180409230638-0c8a40e59f19e58dbb31cf03a198fbb5 (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.