SOURCES SOUGHT
99 -- Acquisition And Financial Assistance Support Services
- Notice Date
- 2/1/2022 8:34:54 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- AMD-SS-NB1000002200587_MHB
- Response Due
- 2/16/2022 9:00:00 AM
- Archive Date
- 02/16/2022
- Point of Contact
- Monica Brown, Phone: 3019750642
- E-Mail Address
-
monica.brown@nist.gov
(monica.brown@nist.gov)
- Description
- A. General Information National Institute of Standards and Technology (NIST), Office of Acquisition and Agreements Management (OAAM), Acquisition Management Division (AMD) and Grants Management Division (GMD) have a need for nonpersonal services for acquisition support services and financial assistance support services. AMD is responsible for contracting at various complexities for a variety of supplies and services in conformance with all Government regulations and polices including the Federal Acquisition Regulation (FAR), Commerce Acquisition Regulation (CAR), and other agency supplemental regulations, as appropriate.� GMD is responsible for awarding grants and cooperative agreements in conformance with all Government regulations and policies, including the Uniform Guidance, Department of Commerce (DoC) Grants and Cooperative Agreements Manual, and other agency regulations and policies. The purpose of this sources sought is to obtain sources that can provide acquisition support services and financial assistance support services (covering the full scope from preaward, postaward, and closeout). ��� REQUIREMENTS - TASKS � ACQUISITION SUPPORT: The Contractor shall use NIST-provided document templates to the maximum extent possible on performing the tasks identified below.� The Contractor must also proactively identify any actual or potential conflicts of interest for itself and/or for its personnel in performing Task Order requirements under this contract.� Representative acquisition-related tasks that may be required include: Requirements and Related Documents: ��The Contractor may be required to support NIST personnel in preparing Statements of Work (SoW), Performance Work Statements (PWS), independent Government Cost Estimates evaluation factors for award and/or other documents Acquisition Strategy Support: On a very limited basis, the Contractor may be required to provide advice and recommendations for all elements in acquisition plans including approaches, options, strategies, risk, contracting methods, competition, sources, cost estimates, milestone schedules, etc. �The Contractor may be required to support development of acquisition plans and other related documentation for review and signature by the responsible Contracting Officer (CO). Market Research and Market Surveys: The Contractor may be required to support market research requirements and documentation in accordance with FAR Part 10 to identify potential acquisition strategies and sources.� The Contractor may be required to prepare sam.gov and other electronic posting announcements. The Contractor may be required to provide the CO with a description of the approach to the market research, a record of the results of the effort, and a summary of the possible alternatives. Small Business Review: The Contractor may be required to prepare CD Form 570, Small Business Set-Aside Review, and all documentation supporting the acquisition strategy based upon the market research, and process in accordance with NIST Standard Operating Procedure.� Preaward Documentation: The Contractor may be required to prepare preaward documents such as Determinations and Findings (D&F), Justification for Other Than Full and Open Competition (JOFOC), Limited Sources Justification, Justification for an Exception to Fair Opportunity (JEFO) and/or other necessary contract file documents. All final decisions will be made by appropriate Contracting Officer. Solicitation Phase: Sam.gov Synopsis: The Contractor may be required to prepare electronic posting announcements to include presolicitation notices and Notices of Intent (NOI) for submission into the Sam.gov Government-wide point of entry (GPE). �All announcements are subject to review and approval by the CO prior to Contractor release. �Solicitation Preparation: The Contractor may be required to prepare Requests for Quotation (RFQ), Requests for Proposal (RFP) and Combined Synopsis/Solicitations (CS/S) for review and approval by appropriate Government personnel. The Contractor may be required to ensure the solicitations include all appropriate terms and conditions and recommend and prepare unique terms and conditions, as necessary. �Prior to release of solicitations, the Contractor may be required to ensure all reviews and legal concurrence are completed. The Contractor may be required to work with the CO to release solicitations by electronic posting, email, fax, mail, or other method specified by the CO. �Solicitation amendments: The Contractor may be required to prepare solicitation amendments to RFQ�s and RFP�s on a Standard Form (SF) 30. �Preproposal and prequotation conference/visits: The Contractor may be required to support preproposal and/or prequotation conferences or site visits by developing agendas, scheduling, recording minutes of meetings, and preparing any other pertinent documentation. Evaluation Phase: The Contractor may be required to guide the customer through the evaluation process and prepare written documentation to support source selection procedures. The Contractor may be required to relay guidance from the CO to the evaluators and may be asked by the CO to support the CO in their communications with offerors or quoters. Price analysis: The Contractor may be required to conduct and document price analyses to assist the CO in drafting a fair and price reasonable determination. Cost analysis: The Contractor may be required to conduct and document cost analyses to support the CO�s review of proposed costs. �The Contractor may be required to utilize government sources of data such as Office of the Inspector General (OIG), Defense Contract Management Area Operations (DCMAO) and the Defense Contract Audit Agency (DCAA) to the maximum extent practicable. Technical evaluations of proposed labor mix and hours as well as materials proposed may be required to be incorporated into the recommended prenegotiation position. �In addition, proposed costs may be required to be compared to the Independent Government Cost Estimate (IGCE) or other relevant benchmarks. The Contractor may be required to provide the cost realism analysis for proposals submitted in response to a solicitation that utilizes one or more cost-reimbursement contract types. Prenegotiation/Postnegotiation position/memorandum The Contractor may be required to support the development of prenegotiation- and/or postnegotiation memoranda. Award Support: The Contractor may be required to provide documentation support for the CO to make source selection decisions. The Contractor may be required to prepare a complete award file with final contract award documents for signature by the CO and obtain all legal reviews as instructed by the CO. The Contractor may be required to input the award into the Federal Procurement Data System�Next Generation (FPDS�NG). Award Documents: The Contractor may be required to prepare award documents. Unsuccessful and successful quoter/offeror notifications: The Contractor may be required to prepare an award synopsis for awards exceeding the prescribed dollar threshold. The Contractor may be required to prepare debriefing materials for unsuccessful offerors or quoters. Contract File and Distribution: The Contractor may be required to follow AMD document distribution policy for awarded actions, including modifications. The Contractor may be required to utilize contract checklists to ensure conformance of contract files to AMD policy and procedures. Postaward Support: The Contractor may be required to prepare appropriate documentation for exercise of options and assist in the resolution and documentation of performance issues and problems, including letters and correspondence for CO signature. The Contractor may be required to prepare modifications, perform cost/price analysis, analyze and reconcile financial data, support CO�s negotiation of modifications, prepare supporting documentation and memoranda for CO approval and signature, assist with the preparation of cure notice or show cause notices, support the completion of accurate and fair CPARS evaluations of Contractors, and provide such other support as required by the CO. The Contractor may be also be required to prepare documentation for invoice review by the applicable CO. Closeouts: The Contractor may be required to prepare appropriate documents for awards to be closed out in accordance with FAR 4.804, CAR 1304.8 and NIST policy and procedures. TASKS � FINANCIAL ASSISTANCE SUPPORT The Contractor shall use NIST-provided document templates to the maximum extent possible on performing the tasks identified below. Representative financial assistance-related tasks that may be required include: Grants Administration: The Contractor may be required to ensure overall compliance with appropriate laws, regulations, and policies and identify significant issues that may require action, or that could be of interest to NIST, grantees, or to other DoC Bureaus or offices. The Contractor may be required to serve as liaison between NIST and customers, responding to inquiries regarding procedures and methods of submission, review, revision, and reporting associated with NIST financial assistance awards, keeping apprised of new and revised regulations, policies, and procedures that impact the program and award recipients. The Contractor may be required to represent GMD in meetings, trainings, and similar engagements, presenting applicable information and addressing participant questions. The Contractor may be required to analyze situations, determine issues, gather facts, develop and weigh alternatives, and arrive at conclusions or make appropriate recommendations to the GO concerning awards and programs within the Contractor�s purview. Preaward Support Notice of Funding Opportunity and Application Review Support: The Contractor may be required to assist the Grants Officer (GO) in the development of Notice of Funding Opportunities (NOFO), and the administrative review of financial assistance applications. The Contractor may be required to provide support to NIST program offices during the selection process and development of the funding recommendation. Award Package Review: The Contractor may be required to review recommendations for funding packages to ensure consistency with the NOFO and all applicable regulations and policies. The Contractor may be required to perform a thorough risk assessment in accordance with NIST policies to ensure the financial feasibility and capability of a proposed recipient. The Contractor may be required to conduct a cost analysis of award budgets to ensure all costs are reasonable, allocable and allowable in accordance with the appropriate cost principles. Award Documentation: The Contractor may be required to develop, in coordination with the GO, special award conditions based upon the program specifications, results of the risk assessment and other unique circumstances for each recipient. The Contractor may be required to prepare all award documentation and present a full award package for GO review and signature. The Contractor may be required to complete all award actions, including without limitation: initial awards, continuations, supplements, no-cost or unfunded amendments, following processes and timeframes in GMD SOPs. Postaward Administration General Postaward Support: The Contractor may be required to resolve financial assistance issues that emerge during the management of award (e.g. application and determination of indirect cost, cost share, program income and recipient business practices). Monitoring: The Contractor may be required to monitor the implementation of assigned financial assistance grants and cooperative agreements to ensure anticipated progress is being made and expenditures are commensurate with reported activity and the current budget and reconciles with the Department of Treasury�s Automatic Standard Application for Payments (ASAP) system. The Contractor may be required to track and conduct outreach for required reporting and compliance with award terms and conditions. The Contractor may be required to review and assess incoming documentation and reporting for compliance with programmatic and financial requirements, working with GMD staff and program offices to ensure accuracy of information received (e.g. spend analysis, reconciliation of progress against spend, testing of cost categories). Audit Review and Resolution: The Contractor may be required to analyze award recipient audits, ensuring the audit format and content adheres to appropriate federal or program-specific requirements, and any findings are addressed accordingly. The Contractor may be required to conduct an audit resolution when material findings are identified.� Amendment to Award: The Contractor may be required to process funded and unfunded amendments, including administrative change letters, to awards in accordance with NIST SOPs. Closeout: The Contractor may be required to initiate the closeout of all awards in their portfolio, in accordance with applicable procedures and regulations. The Contractor may be required to perform final review of awards, and make appropriate adjustments or disallowances to ensure compliance with regulatory and legal requirements prior to processing award closeout. The Contractor may be required to assist the GO with the recovery of funds (e.g. collections). Key Personnel & Staffing: Key Personnel may be required to consist of Project Manager (PM) to serve as the Technical Point of Contact (TPoC) and be responsible for the required performance reporting activities and oversee and manage Contractor personnel.� The Program Manager must be a U.S. citizen.� The PM may be required to have a minimum of a bachelor�s degree in business, finance or related field and 5-yrs. of experience managing contract(s) of similar size and complexity. The PM may be required to: Act as primary interface between the Government and the Contractor personnel, including subcontractor personnel Participate in periodic meetings with NIST CO or COR Ensure project schedules/milestones/deliverables are met Review and monitor work products for overall quality, efficiency and timeliness Interact with all areas associated with a Task Order including end users Proactively identify issues/problems and recommend and take action to direct the analysis and solutions of issues/problems Submit MSRs Maintain awareness of current NIST IT, safety, security, intellectual property, government property and conduct requirements and ensure Contractor personnel are aware of requirements and any changes during the performance period.� Establish procedures to address willful violations of the NIST policies/rules. Staffing Minimum Qualifications: The qualifications for the Senior Contract Specialist and Contract Specialist, and Sr. Grant Specialist are: Senior Contract Specialist: A minimum of 10 years of work experience within the acquisition field as an 1102 Contract Specialist; and Either FAC-C Level III or DAWIA Level III certified. Contract Specialist: A minimum of five years of work experience within the acquisition field as an 1102 Contract Specialist; and Either FAC-C Level II or DAWIA Level II certified. Grant Specialist: A minimum of 3 years of work experience within the financial assistance field as an 1109; and A minimum of an associate�s degree; or Equivalent experience. Senior Grant Specialist: A minimum of 5 years of work experience within the financial assistance field as an 1109; and A minimum of a bachelor�s degree; or Equivalent experience. All Contractor personnel may be required to be proficient in Microsoft Office Suite, specifically Microsoft Outlook, Word, and Excel.�Skill in written and oral communication and the ability to work effectively with in-house staff, program office stakeholders and representatives from targeted industries is imperative.�� Security & Contactor Identification: Contractor personnel may be required to conform to facility and systems access security policies, procedures and protocols, consistent with the Federal Government workforce at all places of performance and wear a conspicuous identification badge. Contractor personnel may be required to comply with all NIST security and systems training requirements.� (Identification/Access) Badges/Information:� To gain access to a Government facility, Contractor personnel must be able to obtain a clearance to be issued a Personal Identification Verification (PIV) badge (to be issued by NIST). �Contracting Office Address Department of Commerce, National Institute of Standards and Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B121, Mail Stop 1640, Gaithersburg, MD, 20899-1640 NIST is seeking responses from all responsible sources. Small businesses are defined under the associated NAICS code for this effort, 541611, Administrative Management and General Management Consulting Services, as those domestic sources having $16.5M. Please include your company�s size classification and socio-economic status in any response to this notice. Instructions to Responders: Interested parties that have the capabilities to meet the Government�s basic requirements are requested to email capabilities statement of no more than 10 pages, describing their abilities to meet all requirements to monica.brown@nist.gov no later than the response date of February 16, 2022, 12:00 p.m. EST for this sources sought notice. The report should include relevant information to your capabilities including any requirements that cannot be met or is deemed close to but not meeting an identified requirement. Also, the following information is requested to be provided as part of the response to this sources sought notice: Name of company(ies), their addresses, and a point of contact for the company (name, phone number, fax number and email address) that provide the services for which specifications are provided. Indication if the company(ies) are small business and/or any other social economic category(ies).� Please highlight if company is an 8(a) and/or owned by an Alaska Native Corporation, Indian Tribe, Native Hawiian Organization, Community Development Corporation; HUBZONE, SDVOSB, EDWOSB or WOSB. Indication of whether the services required are currently on one or more GSA Schedule (i.e. Multiple Award Schedules [MAS]) contracts and, if so, the GSA MAS contract number(s). Indication if the company(ies) can provide all, or some, of the services. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/de7fb391a6524290950a51629df3896b/view)
- Record
- SN06230631-F 20220203/220201230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |