Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOLICITATION NOTICE

R -- Systems Engineering Model Interchange Testing Support

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-0472
 
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: The Object Management Group (OMG) Systems Modeling Language extension of the Unified Modeling Language (SysML/UML) is the most widely used standard for systems engineering models. With the growing use of SysML/UML on significant real world projects that involve large teams using many kinds of modeling tools, OMG members observed that interchange of SysML/UML models between tools could be significantly improved. The OMG Model Interchange Working Group (MIWG) was founded by the System Engineering Domain Special Interest Group (SE DSIG), the OMG's focus group for systems engineering standards, to address interchange issues for SysML/UML and other OMG languages. The MIWG asks tool vendors to demonstrate model interchange among modeling tools for UML, SysML, and UPDM using OMG's eXtensible Markup Language Metadata Interchange (XMI) as the interchange standard. The MIWG began by defining an initial test suite of 16 test cases for interchange of SysML/UML models and made it available on a public portal (http://www.omgwiki.org/model-interchange/doku.php). The test cases include SysML/UML diagrams and interchange files. To facilitate the testing process, the MIWG developed a "canonical" form for XMI (Canonical XMI) that reduced variability during interchange and enabled automated comparison of exported XMI files with a tool provided by the National Institute of Standards and Technology (the NIST Validator). The MIWG uses the NIST Validator extensively to ensure the correctness of XMI for its test cases and to check XMI files exported from vendor tools. Participating vendors representing six different modeling tools prepared XMI exports for each of the test cases and imported the exports from other tools to test interoperability. The vendors agreed to publicly post XMI exports from their tools for the MIWG test cases, enabling tool users to assess model interchange capability by comparing the vendor XMI exports to the expected reference XMI file for each test case. Interchange of SysML and UML models between some of the leading tools on the market has significantly improved as a direct result of resolving issues found during MIWG testing. Objectives: The objectives of this contract are to expand the coverage of the MIWG test suite the full range of SysML/UML features, upgrade the test suite for the latest versions of SysML/UML, and develop industrial strength tests reflecting large real-world system engineering projects. The results of the contract will be used by MIWG to improve the interoperability of SysML/UML tools. Scope of Work: The scope of work is tests for interchange of SysML/UML as they are currently standardized. It does not include upgrades or changes to SysML/UML. 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: Complete MIWG Test Suite Coverage of SysML/UML The Contractor shall extend the MIWG test suite to cover functional areas of UML 2.3 and SysML 1.2 not covered in previous releases of the OMG MIWG test suite. The Contractor shall also coordinate with NIST to ensure all new tests are fully integrated into the NIST Validator infrastructure for automated testing. The Contractor shall participate in OMG MIWG meetings as necessary to release the updated test suite through OMG MIWG. Task 2: Migrate MIWG Test Suite to UML 2.4.1/SysML 1.3/XMI 2.4.1 The Contractor shall migrate all UML and SysML test cases in the OMG MIWG test suite, including the new tests created in Task 1, to UML 2.4.1 and SysML 1.3, using the corresponding XMI 2.4.1 standard. The Contractor shall also create additional test cases, as necessary, to cover any additional features included in the latest SysML 1.3 and UML 2.4.1 that are not covered by existing OMG MIWG test cases. The Contractor shall coordinate with NIST in the implementation of support for SysML 1.3 and UML 2.4.1 in the NIST Validator and ensure all migrated tests are fully integrated into the Validator infrastructure for automated testing. The Contractor shall participate in the OMG MIWG meetings as necessary to release the migrated test suite through OMG MIWG. Task 3: Report on Work The Contractor shall write a report documenting the following: • The process by which results were obtained • The technical approach, any tools and/or future strategies and developments that are required • Matrix showing the coverage of test cases in the OMG MIWG test suite, including all new test cases developed under this contract of the features of SysML and UML OPTION LINE ITEM: The following task is an option line item. The Contractor must provide pricing for this item or accept disqualification of their quote. Price quoted shall be effective for a period of one (1) year from the date of award. Award of the option line item is at the sole discretion of the Government in accordance with FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item. Optional Task 4: Support Development of an "Industrial Strength" SysML/UML Test Case The Contractor shall collect the key requirements for model interchange related to industrial strength modeling, through consultation with the OMG MIWG, and develop a plan for extending the OMG MIWG test suite to address vendor tool support of the requirements. A plan documenting requirements for model interchange related to industrial strength modeling and proposing OMG MIWG test case(s) in order to address vendor tool support for the requirements. The planned testing shall focus on an end-to-end system engineering scenario involving hardware and software modeling using SysML and UML. In the development of this scenario, the Contractor shall consider the potential availability of existing large sample models that may be contributed by OMG MIWG members in order to support this testing. After reviewing the plan with the OMG MIWG, the Contractor shall develop various test case artifacts including XMI files, diagram files, and any other supporting files and documentation, developed in accordance with the delivered Industrial Strength Test Plan in order to support the proposed industrial strength testing and provide them for inclusion in the OMG MIWG test suite. Deliverables: Task Number Description Due Date Task 1: Complete MIWG Test Suite Coverage of SysML/UML SysML/UML diagrams and interchange files 4 months after award date Task 2: Migrate MIWG Test Suite to UML 2.4.1/SysML 1.3/XMI 2.4.1 SysML/UML diagrams and interchange files 6 months after award date Task 3: Report on Work Report 7 months after award date Optional Task 4: Support Development of an "Industrial Strength" SysML/UML Test Case Test Plan SysML/UML diagrams and interchange files 9 months after award date Contractor Minimum Qualifications: The Contractor shall have at least five (5) years' experience with UML 2 and UML 2 interchange and testing, five (5) years' experience with OMG standardization of UML 2, and ten (10) years' experience in software development. Period of Performance: The period of performance for Tasks 1, 2, and 3 shall be seven (7) months from the date of award. The period of performance for Optional Task 4, if the option is exercised and funds are available, shall be two (2) months from the date of completion of Tasks 1, 2, and 3. Place of Performance: The primary place of performance will be at the Contractor's site. However, up to two (2) 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 and OMG MIWG meetings during the performance of this contract. • Travel to NIST: Up to two (2) trips, 1 day each • Travel to OMG MIWG meetings: Up to two (2) 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 task 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 indicated versions of the following standards at the time that the project is initiated: • OMG Unified Modeling Language, v2.3 o http://www.omg.org/spec/UML/2.3 • OMG Unified Modeling Language v2.4.1 o http://www.omg.org/spec/UML/2.4.1 • OMG System Engineering Modeling Language, v1.2 o http://www.omg.org/spec/SysML/1.2 • OMG System Engineering Modeling Language, v1.3 o http://www.omg.org/spec/SysML/1.3 • MOF 2.0/XMI Mapping, v2.1.1 o http://www.omg.org/spec/XMI/2.1.1 • MOF 2.0/XMI Mapping, v2.4 o http://www.omg.org/spec/XMI/2.4 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 52.217-5, Evaluation of Options 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: 52.204-10 Reporting Subcontract Awards 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. 52.217-7 Option for Increased Quantity - Separately Priced Line Item 52.217-8 Option to Extend Services 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 UML 2 and UML 2 interchange and testing, five (5) years' experience with OMG standardization of UML 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 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 UML 2 and UML 2 interchange and testing, five (5) years' experience with OMG standardization of UML 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-0472/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02799538-W 20120713/120711235455-cf6b455f3adf6c2c26f52bfbe4a3cf54 (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.