SOLICITATION NOTICE
R -- OMG BPMN and OAGIS Business Scenario Integration
- Notice Date
- 7/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-12-RQ-0473
- Archive Date
- 8/9/2012
- Point of Contact
- Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
- E-Mail Address
-
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This 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) 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 with a small business size standard of $25M. This requirement is 100% set-aside for small business. All interested Contractors may provide a quote for the following: Background Information: Engineering Information Management (EIM) and Business Process Management (BPM) standards are rapidly evolving and beginning to overlap in their concerns. EIM standards are motivated by engineering characteristics but often involve other processes in their enterprises, while BPM standards are used for business processes (BP) that directly affect and interact with engineering. For example, engineering change management (ECM) links product design and customer relationship management (CRM). Significant technological, economic, and strategic benefits can be attained through more effective capture, control, and management of engineering information in conjunction with other business processes. Standards that separate engineering and business activities reduce efficiency of new product development by inhibiting communication between engineering departments and external stakeholders. Furthermore, these collaborations are not well defined or understood as integral parts of the overall business processes leading to sub-optimal engineering and overall management. Integrating EIM and BPM standards as a chain of value-adding activities enables them to be improved, replicated, and monitored much more effectively. They become a corporate asset, rather than a continuing source of time-consuming difficulties and costs. A key success factor for integrating EIM and BPM will be self-serve conformance assurance for EIM and BPM standards individually, and for their integration. This will enable vendors and users to verify compliance of products without the overhead of official designations from standards bodies or other organizations, though these organizations can use the services to establish designations if desired. Self-serve conformance assurance leverages the movement towards Service Oriented Architectures and Cloud Computing, where the services are available on the web through standard protocols. The work described in this document will be performed in collaboration with the National Institute of Standards and Technology (NIST) as part of the Systems Integration for Manufacturing and Construction Applications (SIMCA). It will focus on, but is not limited to, the following standard efforts: 1. EIM: Open Group Application (OAG) - Open Group Application Integration Specification (OAGIS) 2. BPM: Object Management Group (OMG) - Business Process Model and Notation (BPMN) The Open Applications Group (OAG) is a standards development organization focused on standards-based engineering enterprise process integration. The Open Applications Group Integration Specification (OAGIS) provides common message architecture for interoperability between disparate systems, companies, and supply chains. Business Scenarios are provided as a starting point for integration and complemented with Business Object Documents (BODs) for capturing messages or documents exchanged between software applications or components; between companies; across supply chains; and between supply chains. These include such scenarios as engineering to order and plant data management. The Object Management Group produces both general and domain-specific standards. The Business Modeling & Integration (BMI) Domain Task Force, within OMG, develops specifications of integrated models to support management of an enterprise. These specifications promote inter- and intra-enterprise integration and collaboration of people, systems, processes, and information across the enterprise, including business partners and customers. Of particular interest to this project is the Business Process Model and Notation (BPMN), a notation that is readily understandable by subject matter experts, including engineers. BPMN creates a standardized bridge for the gap between process design and implementation. It is quickly becoming the most widely adopted standard for enterprise process modeling. Objectives: The objectives of this contract are to apply OMG BPMN for capturing OAGIS Business Scenarios in a computer-interpretable format and provide self-serve conformance assurance for the format, in coordination with OMG and OAG. Scope of Work: The scope of work is integration of OMG BPMN and OAGIS Business Scenarios as they are currently standardized. It does not include upgrades or changes to OMG BPMN or OAGIS Business Scenarios. Tasks: The Contractor shall provide the professional, technical, and support personnel, services, materials, equipment and facilities necessary to meet the stated scope of work. Task 1: Demonstrate Feasibility of Integrating OMG BPMN and OAGIS Business Scenarios Integration The Contractor shall define a process by which concepts from both the OMG BPMN and OAG Business Scenarios and BOD can be unified. The Contractor shall describe the technical approach, any tools and/or future strategies and developments that are required to support this objective. The Contractor shall demonstrate feasibility of an integrated or interoperable solution to these communities. Feasibility shall be demonstrated via a proof of concept demonstrating integration or interoperability using a limited number of OAG Business Scenarios and BODs. The Contractor shall document in a report the process by which these results were obtain and any recommendations for changes to both OMG and OAG. Task 2: Initiate and Maintain Liaison between OMG and OAG The Contractor shall initiate and act as liaison between the BMI Domain Task Force at OMG and the Business Process Working Group within the OAG with respect to the potential integration or interoperability between OMG BPMN and OAG Business Scenarios and BOD. The Contractor shall participate in, and promote within both standard organizations the benefits of EIM and BPM integration. The Contractor shall document the efforts in a report that summarizes both the communication initiated with these organizations and participation in various technical meetings of these organizations. Task 3: Create a Web-Based Self-Serve Conformance Assurance Capability for the Resulting Integration The Contractor shall produce a proof of concept software tool that provides conformance assurance capability for the resulting integration. The Contractor shall provide a web-based self-serve conformance assurance capability and it must be available as open source to standards developers and implementers. The Contractor shall provide the source code of the software tool on a royalty free and transferrable license basis to NIST. Task 4: Coordination with Organization Stakeholders The Contractor shall identify specific coordination points with at least the following stakeholders: • The Business Modeling & Integration (BMI) Domain Task Force within OMG • The Open Applications Group (OAG) Input from these stakeholders shall be gathered and project status shall be made back to them at a minimum of four (4) coordination point over the course of this contract. Any suggested changes to OMG or OAG standards shall be filed through the revision processes of those organizations. The Contractor shall document the efforts in a report that summarizes both the communication initiated with these organizations and participation in various technical meetings of these organizations. Deliverables: Task Number Description Due Date Task 1: Demonstrate Feasibility of Integrating OMG BPMN and OAGIS Business Scenarios Integration Report 12 months after award date. Task 2: Initiate and Maintain Liaison between OMG and OAG Report 12 months after award date Task 3: Create a Web-Based Self-Serve Conformance Assurance Capability for the Resulting Integration Software Tool 12 months after award date Task 4: Coordination with Organization Stakeholders Report 12 months after award date Contractor Minimum Qualifications: The Contractor shall have at least five (5) years' experience with BPMN and BPMN interchange and testing, three (3) years' experience with OMG standardization of BPMN 2, and ten (10) years' experience in software development. Period of Performance: The period of performance for Task 1, 2, 3, and 4 shall be twelve (12) months from the date of award. Place of Performance: The primary place of performance will be at the Contractor's site. However, up to ten (10) days of meeting and consulting with the Contractor may be required on-site at the NIST, Gaithersburg, MD campus. Travel: The Contractor shall plan to travel to NIST, OMG, and OAG meetings during the performance of this contract. • Travel to NIST: Up to two (2) trips, 3 to 5 days each • Travel to OMG and/or OAG meetings: Up to six (6) trips, 3 to 5 days each Government Responsibilities: The Government shall be responsible for review and approval of reports, standards committee submissions, software tools and similar matter generated under this contract. Government Furnished Property: All property, data and information provided by the Government in the performance of this contract remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all deliverables generated under this requirement remain the property of the Government. References: The Contractor shall use as basis of its work the most recent versions of the following standards at the time that the project is initiated: • OMG BPMN o http://www.omg.org/spec/BPMN • OAGi OAGIS o http://www.oagi.org 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. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.213-3, Offeror Representations and Certifications - Commercial Items 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: 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 including subparagraphs: 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-3 Buy American Act - Free Trade Agreement - Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Instructions to Offerors: 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 03:00PM Eastern Time on Wednesday, July 25, 2012. Fax quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@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. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Joshua Holliday, Contract Specialist on 301-975-8497. Quotation Instructions: The offeror shall submit the following: A. Technical Approach (No page limit): The offeror shall provide a written, detailed technical approach for how it proposes to satisfy the requirements of the Statement of Work (SOW). The offeror's technical approach shall demonstrate a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the SOW. The technical approach shall include information on the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the SOW. B. Contractor Minimum Qualifications (No page limit): The offeror shall demonstrate that they meet the stated contractor minimum qualifications. The Contractor shall have at least five (5) years' experience with BPMN and BPMN interchange and testing, three (3) years' experience with OMG standardization of BPMN 2, and ten (10) years' experience in software development. C. Past Performance (No page limit): The offeror shall provide at least two (2) past performance references for similar contracts/orders for which the offeror has performed as a prime Contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past three (3) years by governmental entities (federal, state, or local) or by non-governmental entities. D. Price Quotation: The offeror shall submit a separate firm-fixed price quotation. Basis for Award Determination/Evaluation Criteria: A contract will be issued to the contractor whose quotation is determined to offer the best value to the Government after consideration of all evaluation factors. Best value is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis among price and non-price factors. The basis for the award will be a detailed, integrated evaluation by the Government on the basis of how well the quotations satisfy the evaluation criteria specified herein. Accordingly, the Government may award any resulting contract to other than the lowest priced Offeror or other than the Offeror with the highest technical merit rating. The Government has the right to determine whether two or more technical quotations are ‘substantially equal' or whether any differences in technical weighting are "significant" for the purposes of evaluating the overall merit of quotations. Between quotations of substantially equal technical merit, price will become a more significant factor. Between competing quotations, the Government is not willing to pay significantly more for a minor technical difference, nor is the Government willing to forego a significant technical difference in exchange for a small price differential. Each quotation will be evaluated against the factors described below. An Offeror's failure to address any factor may be considered indicative of the offeror's lack of understanding of the Government's requirements and may result in the quotation being determined unacceptable. Non-cost/Price factors A through C are listed in descending order of importance. Non-cost factors A through C, when combined, are considered more important than Factor D (Price). A. Technical Approach: The technical approach shall be the most important item in the evaluation of the offeror's capability to perform the desired services. The Government will evaluate the offeror's proposed technical approach to determine if it presents sufficient information to reflect a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the contract. The Government will evaluate the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the Statement of Work (SOW). The offeror must demonstrate complete understanding of the SOW by providing an original and clear statement of the purpose, intent, and requirements of the project. B. Contractor Minimum Qualifications: The Government will evaluate the offeror's contractor minimum qualifications on whether or not their qualifications/experience will provide the necessary skills to complete the tasks as detailed in the SOW. As detailed in the instructions to offerors, the Contractor shall have at least five (5) years' experience with BPMN and BPMN interchange and testing, three (3) years' experience with OMG standardization of BPMN 2, and ten (10) years' experience in software development. C. 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 (3) years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical approach 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. D. Price: The Government will evaluate whether the quoted price is fair and reasonable in relation to the solicitation requirements, and consistent with the offeror's proposed Technical Approach. Prices that are determined to be either unreasonably high or unrealistically low in relation to the proposed work may indicate the offeror's lack of understanding of the requirement and may result in the overall quotation being considered unacceptable. Offerors must provide sufficient details to support proposed prices.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0473/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02799505-W 20120713/120711235433-af33a460f67894e2fbba621da132a85b (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 |