Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
SOLICITATION NOTICE

99 -- Development of Mass Spectral Libraries of Natural Products - Provisions and Clauses - Statement of Work - Stein 1999a JASMS

Notice Date
6/5/2018
 
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
1333ND18QNB640089
 
Archive Date
7/5/2018
 
Point of Contact
Latish Walker, Phone: 3019750474, Wendy Paulo, Phone: 3019753976
 
E-Mail Address
latish.walker@nist.gov, Wendy.Paulo@nist.gov
(latish.walker@nist.gov, Wendy.Paulo@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Critical Evaluation of a Comprehensive Mass Spectral Library Statement of Work Provisions and Clauses COMBINED SYNOPSIS/SOLICITATION 1333ND18QNB640089 Development of Mass Spectral Libraries of Natural Products This is a combined synopsis/solicitation for commercial services 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. This solicitation is being issued under the authority of FAR Part 13.5 Simplified Procedures for Certain Commercial Items. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective January 24, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $15 Million. This acquisition is being procured as a Total Small Business Set Aside. Only quotes submitted by qualified small business concerns will be considered. The National Institute of Standards and Technology (NIST) Materials Measurement Laboratory, Biomolecular Division requires professional technical support in the development of Mass Spectral Library and Automated Mass Spectral Deconvolution and Identification System (AMDIS) in support of the NIST Mass Spectral Libraries in accordance with the attached Statement of Work (SOW). EVALUATION CRITERIA The Government intends to award a single purchase order resulting from this solicitation to the responsible Contractor whose quotation, conforming to the solicitation, will provide the best value to the Government, price and other factors considered. In addition to price, the following factors shall be used to evaluate quotations: 1. Technical Approach 2. Key Personnel Experience 3. Past Performance In determining best value, Technical Approach and Key Personnel are the most important factors and are equal in importance to each other. Past Performance is the least important non-priced evaluation factor. All non-price evaluation factor, when combined, are significantly more important than price. 1. Technical Approach: NIST will evaluate each contractor's quote on the basis of (1) The contractor's demonstrated knowledge of electron ionization fragmentation rules for organic compounds; (2) their ability to relate molecular structure to fragment ion mass; (3) their ability to program in the C programming language with emphasis on writing programs to analyze gas chromatography -mass spectrometry data; and (4) demonstration of the ability to execute the steps outlined in the attached publication "The critical evaluation of a comprehensive mass spectral library". Added consideration will be given for a demonstrated knowledge of the principles of gas chromatography, and its calibration via the retention index formalism. 2. Key Personnel Experience: NIST will evaluate the extent to which the Contractor's quoted key personnel meet and/exceed the minimum 15 years' experience to include, analyzing GC-MS data files, developing mass spectra libraries, software, programming in C++, and identifying RUS; such that it will contribute toward successful completion of the Statement of Work requirements. A demonstrated ability to train users on the software produced is a plus. 3. Past Performance: Evaluation of past performance will be based on the references provided and/or the Contractor's recent and relevant procurement history with NIST or its affiliates. Past Performance will be evaluated to determine the overall quality of the service provided by the Contractor. The Government will evaluate past performance based on information contained in the Past Performance Information Retrieval System (PPIRS)/or by contacting references provided, and any NIST references; if applicable. Past performance evaluation will include, but is not limited to: (1) quality of product or service; (2) schedule; (3) cost control; (4) business relations; and (5) management of key personnel. The Government reserves the right to consider information available from any available sources. In the case of a Contractor without a record of relevant past performance or for whom information on past performance is not available, the Contractor will be evaluated neither favorably nor unfavorably. The past performance evaluation will examine the extent to which the vendors past performance demonstrates their capability and capacity to successfully perform the requirements of the SOW. Accordingly, each separate instance of Past Performance will be evaluated for (The overall relevancy of past performance submitted shall be determined by the extent to which the past performance is comparable to the work that is described in the solicitation. A lack of relevant past performance information will be treated by the Government as a "Neutral" rating under this factor. PRICE The quoted price will be evaluated to determine whether the prices are fair and reasonable in relation to the solicitation requirements. Prices must be entirely compatible with the technical portion of the quotation. The labor mix will be evaluated to ensure the labor categories and projected level or effort are sufficient to successfully perform the Government's requirements. The Government will evaluate quotations for award inclusive of the prices quoted for the optional line item. The Government may determine that the quotation is unacceptable, if the option prices are significantly unbalanced. Evaluation of options does not obligate the Government to exercise the options. NIST intends to evaluate quotes and issue a contract based on the initial quotes received. Therefore, the Contractor's initial quote should contain the Contractor's best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary. 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 a contractor 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 contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; CONTRACTOR INSTRUCTIONS FOR SUBMISSION OF QUOTATIONS Quotations shall include the following required submissions: 1. Technical Approach. The Contractor shall provide detailed information demonstrating their knowledge of electron ionization fragmentation rules for organic compounds, and the ability to relate molecular structure to fragment ion mass. Furthermore, the ability to program in the C programming language with emphasis on writing programs to analyze gas chromatography -mass spectrometry data. The Contractor shall also provide documentation that demonstrates the ability to execute the steps outlined in the attached publication "The critical evaluation of a comprehensive mass spectral library." 2. Qualifications of Key Personnel. The Contractor shall identify the key personnel responsible for performing the tasks as specified in the statement of work. Also,, their experience in the analysis of gas chromatography data for organic compounds, including the use of noise reduction methods. The Contractor shall have at minimum, a Bachelor's Degree in Chemistry or Physics with 15 year's experience. 3. Past Performance. Vendors shall provide information on up to three previous Government contracts performed recently (in progress or completed within the last three years) that are relevant to the effort required by this solicitation. If the vendor has not had any Government contracts, within the last three years, it may submit information on relevant Government subcontracts and/or commercial contracts instead. To be considered relevant all the following must be met: the services must have been performed within three years and demonstrate similar scope, magnitude, and complexity to the requirements, as set forth in this solicitation, and SOW. The description of each contract described in this section shall provide the following information, as applicable: • Contract Number • Description of work performed and relevance to solicitation requirements • Period of Performance • Point of Contact Information (name, email, phone number) for the client reference 4. Price. Contractors shall provide a firm-fixed price for Line Items (CLIN) 0001 and 0003. Contractors shall provide a Ceiling Price for Line Items 0002 and 0004. Additionally, the price quotation shall contain a breakdown of the labor mix by labor category, and estimated quantity of labor hours. CLIN 0001, Firm-Fixed Price: (BASE LINE ITEM) Performance of tasks 1 through 6 for a 12-month base period, as specified in the Statement of Work and authorized by the TPOC. Fixed Price: tiny_mce_marker_______________________ /hour. Not to exceed 700 hours total for CLIN CLIN 0002, Reimbursable in accordance with Federal Travel Regulations: (BASE LINE ITEM) The contractor shall travel as required to successfully perform the tasks as specified in the Statement of Work. All travel must be approved in advance by the Technical Point of Contact (TPOC). CLIN 0003, Firm-Fixed (FAR 52.217-9, OPTION PERIOD I): Performance of tasks 1 through 6 for a 12-month Option period, as specified in the Statement of Work and authorized by the TPOC. Fixed Price: tiny_mce_marker_______________________ /hour. Not to exceed 700 hours total for CLIN CLIN 0004, Reimbursable in accordance with Federal Travel Regulations (FAR 52.217-9 OPTION PERIOD I): The contractor shall travel as required to successfully perform the tasks as specified in the Statement of Work. All travel must be approved in advance by the TPOC. 5. Terms and Conditions Any award resulting from this solicitation will contain the following statement: "The Government's terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government's and contractor's terms and conditions, the Government's terms and conditions take precedence." If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor 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:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order as prevailing. 6. Required Provisions A completed version of all required solicitation provisions (see attached provisions/clauses document - required submissions highlighted in blue). 7. Contractor Identifying Information The DUNS number for the Contractor's active System for Award Management (SAM) registration. 8. Socio-economic Status Representation If the Contractor's representations and certifications in SAM.gov do not reflect the NAICS code governing this solicitation, Contractor must submit documentation that they are a small business under the NAICS code governing this solicitation. DUE DATE FOR QUOTATIONS All quotations must be submitted via e-mail to Tish Walker, Contract Specialist at latish.walker@nist.gov Submission must be received not later than 5:00 p.m. Eastern Time on June 20,2018. A quotation shall be considered received when it is received in the electronic inbox of Latish Walker not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to latish.walker@nist.gov by 5:00 p.m. Eastern Time on June 13, 2018. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES The provisions and clauses applicable to this solicitation can be found under Applicable Provisions and Clauses. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov/far. ATTACHMENTS: The following attachments apply to this solicitation: 1. Combined Synopsis/Solicitation 2. The Statement of Work 3. Applicable Provisions and Clauses 4. "The Critical Evaluation of a Comprehensive Mass Spectral Library"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/1333ND18QNB640089/listing.html)
 
Record
SN04945155-W 20180607/180605231526-91b0622d9da02396916de31492353b10 (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.