Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2012 FBO #3927
SOLICITATION NOTICE

H -- AUTOMATIC SPECTRAL DECONVOLUTION AND IDENTIFICATION SYSTEM

Notice Date
8/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming 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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0705
 
Archive Date
9/21/2012
 
Point of Contact
Micole A. Cheatham, Phone: 3019758335, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
micole.cheatham@nist.gov, andrea.parekh@nist.gov
(micole.cheatham@nist.gov, andrea.parekh@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CLASSIFICATION CODE: H Quality Control, Testing and Inspection Services SUBJECT: NIST MASS SPECTRAL LIBRARY AND AUTOMATIC SPECTRAL DECONVOLUTION AND IDENTIFICATION SYSTEM SOLICITATION NUMBER: SB1341-12-RQ-0705 RESPONSE DATE: SEPTEMBER 6, 2012 CONTACT POINTS: Micole Cheatham, Contract Specialist, (301) 975-8335 Andrea Parekh, Contracting Officer, (301) 975-6984 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; QUOTES ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $25 Million. This requirement is a total small business set-aside. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to micole.cheatham@nist.gov. Questions should be received by August 27, 2012. 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) STATEMENT OF WORK: I. BACKGROUND INFORMATION This procurement is being conducted for the U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Material Measurement Laboratory (MML), Chemical and Biochemical Reference Data Division (CBRDD) in Gaithersburg, Maryland. The CBRDD is responsible for the development of NIST/NIH/EPA Mass Spectral Library (the Library, http://nist.gov/srd/nist1.htm ) and the NIST Chemistry web-book (NIST web-book, http://webbook.nist.gov/chemistry/ II. SCOPE OF WORK a. OBJECTIVES/PURPOSE: This contract is intended to provide a range of long-term technical assistance to the CBRDD. b. GENERAL: The contractor shall develop and maintain activities aimed at serving needs of the end users of the NIST/EPA/NIH Mass Spectral Database (MSD) and the Automatic Mass Spectral Deconvolution and Identification Software (AMDIS). These users include instrument manufacturers and software firms that incorporate the database and AMDIS in their own products, as well as analytical chemists who rely on the database and AMDIS as an aid to the identification of chemical compounds using the technique of mass spectrometry. c. SPECIFIC REQUIREMENTS: Tasks 1 through 3 are required for the base year (CLIN 0001). CLIN 0001 The Contractor shall provide to NIST's Chemical and Biochemical Reference Data Division the NIST/NIH/EPA mass spectral Library and Automated Mass Spectral deconvolution and Identification System (AMDIS) services as described in Task 1 through 3 below. Task one: Services to End Users: The contractor shall summarize technical questions and recommendations of The Library end-users and instrument companies, and submit to the COR a draft of the contractor's answers and recommendations. Task two: Services to Database Distributors: The contractor shall provide to all database distributor information on: (a) Technical details of how the database is used and distributed, as instructed by COR, (b) Technical areas where NIST can better satisfy the needs of database distributors, as instructed by COR, and (c) Areas where closer cooperation is appropriate, as instructed by COR. The contractor shall prepare a draft of recommendations for distributors explaining the improvements made to The Library. Task three: Research and development of methods for using NIST database and AMDIS software with commercial data systems: The contractor shall: (a) Determine all instruments and data systems that can access the NIST Mass Spectral Database, and learn how these instruments are using and can use the database; submit a report on this subject. (b) Determine and report to NIST on how NIST database software and AMDIS could be modified to improve performance on commercial gas chromatography/mass spectrometer (GC/MS) systems. (c) Prepare specialized documentation and procedure language programs to assist commercial users of the database systems to more efficiently use NIST products in their existing systems. The contractor shall become familiar with the various data systems provided by distributors and, when necessary, contact distributors for further information concerning the operation of their systems. Task four: PROGRESS REPORT The Contractor shall submit monthly progress reports to the COR: (a) The content of the monthly progress reports shall contain the following: Contractor's name, Contract #, date of report, the period covered by the report, title of report; (b)Description of the progress made against milestones during the reporting period; (c) Results, positive and negative, obtained related to previously identified problem areas, with conclusions and recommendations; (d)Any significant changes to the contractor's organization or method of operation, to the project management network, or to the milestone chart; (e) Problem areas affecting technical or scheduling elements, with background and any recommendations for solutions beyond the scope of contract; (f) Problem areas possibly affecting various aspects of the debt collection program, with background and any recommendations for solutions beyond the scope of contract; (g) Any significant trips and results; (h) Record of all significant telephone calls and any commitments made by telephone; Problem areas possibly affecting various aspects of the debt collection program, with background and any recommendations for solutions beyond the scope of contract; (i) Summary of important meetings, briefings, trips, and conferences during the reported period; (j) Action items requiring the Federal government's resolution; (k) Plans and activities during the following reporting period; (l) Name and telephone numbers of the prepare of the report, and (m) Appendices for any unnecessary tables, references, illustrations and charts. III. PERIOD OF PERFORMANCE The anticipated Period of Performance is for a base period of one year. September 24, 2012 through September 23, 2013 PLACE OF PERFORMANCE All services shall be performed at the contractors' site. IV. GOVERNMENT-FURNISHED PROPERTY, DATA AND/OR INFORMATION Upon the award of this requirement, NIST will provide to the contractor advance copies of all releases of the NIST MSD software and data for review by the contractor at least 30 days prior to release to the public so that the contractor can be prepared to respond to questions. The HSPD-12 Security Risk Level assigned to this Task Order is: Low V. DELIVERABLES Number/ Reference Description Format Quantity Due Date Task 1 A report focusing on questions of end-users and recommended answers to those questions, and recommendations for improving The Library, if any. MS 2007 Word format 12 Reports (one report each month) Every third Tuesday of a month. Task 2 A reports highlighting on The Library distributors' needs, technical material to be distributed to end-users by distributors, areas where closer cooperation is appropriate. MS 2007 Word format 12 Reports (one report each month) Every third Tuesday of a month.. Task 3 A report containing recommendations on improving implementation of The Library and AMDIS software with commercial data systems. MS 2007 Word format 12 Reports (one report each month) Every third Tuesday of a month. Task 4 MONTHLY PROGRESS REPORT MS 2007 Word format 12 Reports (one report each month) Every third Tuesday of a month. VII. INSPECTION/ACCEPTANCE or PERFORMANCE REQUIREMENTS SUMMARY The reports shall be reviewed for acceptance by the COR within 10 work days. The report shall consist of specific recommendations on the quality of the data, the improvement of the software, and solved specific problems. The contractor shall make any needed changes to the deliverables within 10 calendar days from the receipt of electronic or written comments from the COR. Submission Requirements: All reports will be submitted electronically using Microsoft Word to the COR and a copy of the transmittal to the Contract Specialist. The COR will submit all deficiencies to the awardee and the Contract Specialist within 10 days or the report will be considered as a Conditional Acceptance (FAR 46.101) VIII. Contractor Qualifications The minimum requirements for the key personnel include (a) a degree of B.S. in chemistry or higher with a demonstrated expertise in mass spectrometry, mass spectral databases and AMDIS, and (b) at least 1 year experience in mass spectrometers on the technical and commercial level. Media Inquiries: The Contractor employee shall not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the COR and/or CO. There shall be no interviews, comments, or any other response without the knowledge and approval of the NIST Director. 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 52.212-3, 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 52.204-7 Central Contractor's Registration (CCR); 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 Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 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, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post-Award Small Business Program Representation 1352.201-70 Contracting Officer's Authority The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) NIST LOCAL 04: BILLING INSTRUCTIONS (a)The Contractor shall submit an original invoice or voucher in accordance with the payments provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 FAX Number: 301-975-8283 Email: 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. (END OF CLAUSE) 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 Fed. Reg. 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: ANDREA PAREKH, 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 Herbert C. Hoover Building Room 5893 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 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 Herbert C. Hoover Building Room 5893 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) INSTRUCTIONS: 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 Quotes Offerors shall submit their quotes so that NIST receives them not later than 12:00 p.m. Eastern Time on September 6, 2012. FAX quotes shall not be accepted. E-mail quotes shall be accepted at micole.cheatham@nist.gov. Offerors' quotes shall not be deemed received by the Government until the quotes is entered into the e-mail address inbox set forth above. Addendum to FAR 52.212-1, Quote Preparation Instructions The offeror shall submit an electronic copy of the following requested sections. Sections 1 and 2 shall be no more than 25 pages in length combined with Times New Roman script, 12 font size addressing the following: SECTION: 1 Technical Quotes: Factor A Technical Capability: The offeror shall submit a technical description for how they are proposing to satisfy the requirement. The offeror must demonstrate their approach to maintaining the database as described in the statement of work. Factor B Key Personnel: The offeror shall submit the resume/ CV of the key personnel. Factor C Past Performance: It is recommended that the offeror submit 3 reference of past performance of similar efforts. These efforts can be from Federal or Local establishment within the past 5 years. All reference should include: • Contract Number/PO Number; • Description and relevance to solicitation requirements; • Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; • Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract. • Contracting Office - If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR), and their names and current telephone numbers and email address; • Contract Performance - A brief summary of performance provided; SECTION: 2 Price Quote: The price quote shall be separate from any other portion of the quote. The offeror shall propose a firm-fixed-price, for each CLIN. Price quotes shall remain valid for a period of 60 days from the date quotes are due. Acceptance of Terms and Conditions: This is an open-market solicitation for services as defined herein. The Government intends to award a Contract as a result of this solicitation that will include the clauses set forth herein. The quote should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quote based upon an FSS or GWAC contract, the Government will accept the quote price. However, the terms and conditions stated herein will be included in any resultant Contract, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quote. QUOTE EVALUATION: Factors A, B and C have equal importance. Non-cost Factors A through C, when combined, are approximately equal in importance to evaluated cost/price. Factor A - Technical Approach The Government will evaluate the Offeror's understanding of the requirements of the Statement of Work (SOW), the complexities involved in maintaining database, step by step plan of the technical approach for providing the required services. Factor B -Key Personnel Qualifications The Government will evaluate the extent to which the CVs submitted for the Offeror's proposed key personnel demonstrate they have met the minimum qualifications described in the SOW and have appropriate education, qualifications, and experience necessary to successfully perform the contract requirements. Factor C - Past Performance Information The Government will evaluate the Offeror's and, if appropriate, its proposed subcontractors' past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. The Government will assign a neutral rating to the offeror's with no relevant past performance information within the past five (5) years. The Government may also obtain past performance information from sources other than those provided by the offeror in its quote to complete its evaluation of this factor. Price Evaluation The quote price will be evaluated but not scored. The cost/price evaluation will determine whether the quoted prices are reasonable and realistic in relation to the solicitation requirements. Price Schedule CLIN QTY Description Pricing Line Item 0001: (1) The Contractor shall provide to NIST's Chemical and Biochemical Reference Data Division the NIST/NIH/EPA mass spectral Library and Automated Mass Spectral deconvolution and Identification System (AMDIS) services as described in Task 1 of the Statement of Work. $ ___________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0705/listing.html)
 
Place of Performance
Address: Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02852303-W 20120825/120824000302-8898f51e991452bd275a9174f5ebcd0b (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.