Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOLICITATION NOTICE

R -- NB734110-12-05225 Enabling Technologies Support for Sustainable Manufacturing

Notice Date
8/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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
NB734110-12-05225
 
Archive Date
10/31/2012
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
N/A
 
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 ACQUISITION IS BEING PROCURED UTILIZING 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 2005-60 The associated North American Industrial Classification System (NAICS) code for this procurement is 541990, with size standard of $14M. Statement of Work Enabling Technologies Support for Sustainable Manufacturing I. BACKGROUND The Systems Integration Division (SID) at the National Institute of Standards and Technology (NIST) was established to carry out mission functions in manufacturing enterprise integration; green manufacturing and construction; engineering and manufacturing products, processes, equipment, technical data, and standards; collaborative manufacturing research pilot grants; and manufacturing fellowships. The division also carries out other measurement science research and services to support mission functions as may be necessary, including systems integration and engineering, life cycle assessment, cyber-physical systems, productivity measurement, sustainability and energy efficiency. As part of its efforts, SID has been working on the development of demonstration prototypes for sustainable manufacturing (SM) systems, supply chain simulations, model-based enterprises, and other related simulation systems. Initial development and demonstration of the interfaces and prototypes have been focusing on data exchanges and integrating disparate simulation systems, manufacturing applications, supply chain simulations, and enterprise management systems. Development effort will be provided to working with partners on focused requirements to further the advancements on measurement science to support sustainable manufacturing. SID seeks to form partnerships with government agencies, industry end-users, manufacturers, software vendors and with diverse interests groups in enabling technologies, infrastructure, assessment methodology, and standards to support sustainable manufacturing of manufactured products. II. SCOPE OF WORK The Contractor shall focus on the development of enabling methods, tools, manufacturing sustainability assessment methodology, and demonstration system capable of analyzing the manufacturing requirements and sustainability performance of assembling a simple test case in a manufacturing cell with a given production plans, including but not limited to, the identification and definition of relevant product, process, resource, and related sustainability information. The Contractor shall provide support to develop the necessary documents, algorithms, methods, models, test data sets, and demonstration for sustainable manufacturing. Furthermore, the Contractor shall install the resultant documents, algorithms, methods, models, test data sets, and demonstrations into a designated personal computer storage system at NIST. III. SPECIFIC TASKS The Contractor shall provide all support for project oversight, administration, materials, equipment, services and facilities (except as otherwise specified) and technical execution of this contract. The Contractor shall maintain accurate records of project activities. The Contractor shall perform the following tasks: Task 1.0 Perform a literature search and review the current efforts on manufacturing sustainability assessment methodology including, but not limited to, approaches to methodology development, sustainability indicator and metrics, normalization methods, and weighting methods for a simple assembly relevant to sustainable manufacturing. Document findings of the literature search. Task 2.0 Review the product structure and related information relevant for a simple assembly in a manufacturing cell. This provides the needed information to support implementation of the assessment methodology for a simple assembly with a given production plan. Task 3.0 Define the requirements for assessment methodology for a simple assembly in a manufacturing cell with industrial partners. The requirements document will be used to develop the sustainability assessment methodology. Develop a report that documents the requirements to support development and demonstration of a sustainability assessment methodology for analyzing the manufacturing requirements and sustainability performance for a simple assembly in a manufacturing cell. Task 4.0 Compile the relevant sustainability indicators and metrics of manufacturing processes for a simple assembly in a manufacturing cell on a factory shop floor. Publish a paper on the findings from the literature search in Task 1 and the relevant sustainability indicators and metrics of manufacturing processes for a simple assembly in a manufacturing cell. Task 5.0 Develop the required process and manufacturing resource information for the manufacturing phase of the product lifecycle appropriate to support the validation of the sustainability assessment methodology. Document the process and manufacturing resource information as a report. Task 6.0 Develop an assessment methodology capable of analyzing the manufacturing requirements and sustainability performance for a simple assembly. The assessment methodology will also capture the common elements and issues across the industry test cases. The assessment methodology will then be specialized for individual test cases. Capabilities shall include, but are not limited to, aggregating the indicators and metrics developed by other projects within the SM program for various unit and assembly processes, enabling users to specify the relative importance of various sustainability factors being considered within the scope, and developing the necessary methodology as required. Publish a paper in a reputable international journal. Task 7.0 Contribute in defining the requirements for a case study and a concept testbed to demonstrate the sustainability assessment methodology for a simple assembly in a manufacturing cell on a factory shop floor. Task 8.0 Participate in implementing, validating, and demonstrating the assessment methodology with the necessary tools, techniques, and modeling technology as required based on a real production case study. Document the prototype demonstration system as a technical report. IV. DELIVERABLES AND DELIVERABLE DUE DATES All deliverables shall be provided digitally in Microsoft Office 2003 or compatible word processing format (.doc,.rtf,.txt). 1. Monthly status report. The monthly status report is due on the first of the month, unless it falls on a weekend. The monthly status report shall be a summary of the work performed during the month and contain a brief summary list of the activities, events and tasks that the Contractor performed during the period, and planned activities for the next time period. The report shall also include any problems, issues, risks, and recommendations that were brought to the attention of the Technical Information Contact (TIC) or Contracting Officer's Representative (COR). 2. Task 1.0 A document on the findings from the literature search. The document shall describe the findings from the literature review on manufacturing sustainability assessment methodology including, but not limited to, approaches to methodology development, sustainability indicator and metrics, normalization methods, and weighting methods for a simple assembly relevant to sustainable manufacturing. The document should also review the differences, if any, between the past (including Shaw Feng's earlier work) and current efforts on sustainability indicators and metrics for a simple assembly. Due seven months after contract award. 3. Task 3.0 An assessment methodology report that documents the requirements to support development and demonstration of a sustainability assessment methodology for analyzing the manufacturing requirements and sustainability performance of a simple assembly in a manufacturing cell. Due eight months after contract award. 4. Task 4.0 A paper for a professional conference. The paper shall detail the findings from the literature reviews in Task 1.0 and the relevant sustainability indicators and metrics of manufacturing processes appropriate for the manufacturing sustainable assessment. Due nine months after contract award. 5. Task 5.0 A document of the product, process, and manufacturing resource information for the manufacturing phase of the product lifecycle, that will support validation of the assessment methodology. Due ten months after contract award. 6. Task 6.0 A draft paper to be published in a reputable international journal. The paper shall describe an assessment methodology capable of analyzing the sustainability performance for a simple assembly in a manufacturing cell. Capabilities shall include, but not limited to, aggregating the indicators and metrics developed by other projects within the SM program for various unit and assembly processes and enabling users to specify the relative importance of various sustainability factors, as required, according to the corporate sustainability goals. When the manuscript is approved for public distribution by NIST's Editorial Review Board, this task is deemed complete. Due twelfth months after contract award. 7. Task 7.0 Contribute to a requirements document for a testbed to demonstrate the assessment methodology of a simple assembly at a manufacturing cell. Due eleven months after contract award. 8. Task 8.0 A technical report of the prototype demonstration system. The report shall include how a prototype demonstration will be used to validate the sustainability assessment methodology of a simple assembly, including defining, collecting, and analyzing the required test data and implementing the methodology. Due twelfth months after contract award. Standards for Acceptance of Deliverables: The TIC or COR will provide comments on each deliverable within 5 calendar days from receipt. The Contractor shall make any needed changes to the deliverable within 5 calendar days from receipt of electronic or written comments from the TIC or COR. The TIC or COR will provide written notification when deliverable is accepted. V. PERIOD OF PERFORMANCE AND PLACE OF PERFORMANCE The period of performance shall be October 1, 2012 to September 30, 2013. Unless expressly stated as part of the tasks above, all work may be accomplished at the Contractor's place of employment and/or at NIST. Normal operating hours, when at NIST, are 8:30 am to 5:00 pm Monday through Friday with the exception of Federal holidays or other official closures. VI. GOVERNMENT-FURNISHED PROPERTY, DATA AND/OR INFORMATION Any materials provided by the Government during performance of this effort remain the property of the Government and shall be surrendered to the Government upon completion or termination of this contract. Likewise, all deliverables generated under this contract remain the property of the Government. Government furnished information will be provided on an as-needed basis. No sensitive information will be shared as part of this Contract. VII. RISK ASSESSMENT The HSPD-12 Security Risk Level assigned to this contract is low risk. VIII. TRAVEL Any expenses associated with travel to domestic conferences are the responsibility of the Contractor. IX. MINIMUM CONTRACTOR QUALIFICATIONS The Contractor shall have a minimum of a PhD degree in Computer Science, Engineering, or Systems Engineering and shall have a minimum of 15 years of industry and research experience in process planning, enterprise systems engineering, modeling, and multi-criteria analytics and decision making for manufacturing, enterprise systems, and supply chain. The Contractor shall be capable of providing proof of knowledge, skills, or experience in the following: • Research, development, and standards related projects in manufacturing, enterprise systems engineering and integration, modeling and simulation, and supply chain network. • Studying, planning, analyzing, executing, integrating, and implementing manufacturing and enterprise systems modeling and simulation needs and requirements, virtual manufacturing environment, and model-based interoperability testing environment. • Manufacturing engineering applications, graphical, modeling, and simulation software including SAP, Arena, Visio, IDEF, Unified Modeling Language, Extended Mark-Up Language, process planning, and enterprise systems in manufacturing, modeling, and simulation industry. • Application of multi-criteria analytical decision tools to enterprise systems modeling, planning, and design. • Developing architecture concepts for integrated and distributed manufacturing enterprise application systems. • Gathering and providing real world shop floor data sets, including numerical control programs, operation sheets, tooling list, material list, equipment list, and setup information that satisfy requirements for the operations of a manufacturing enterprise system. • Experience with product life-cycle manufacturing enterprise system modeling, design, implementation, and operations for discrete part manufacturing. • Expertise of process modeling, planning, simulation, testing, and validation in discrete part manufacturing environment. • Conversant with the latest industry's trends, research and development, needs and requirements, manufacturing enterprise systems, supply chain management system, modeling and simulation, and distributed manufacturing simulations.. SUBMISSION INSTRUCTIONS Prospective Contractors must submit the following via electronic quotation to Willie Lu at willie.lu@nist.gov no later than Monday, September 10, 2012 at 2:00 pm EST Volume I - TECHNICAL Volume There shall be no pricing information or labor rates included in the Technical Volume. The Offeror shall submit the following as parts of Volume I: A. Technical Approach- The Offeror shall submit a detailed technical approach for this requirement that demonstrates a sound and feasible approach to completing the tasks detailed in the Statement of Work, as well as a sufficient understanding of the tasks and deliverables required by the Statement of Work, and the purpose of the requirement. B. Key Personnel Information- The Offeror shall submit a list of the proposed key personnel candidate(s) for the tasks detailed in the Statement of Work. It is expected that this requirement will require the work of at least one key personnel contractor employee. In addition, the Offeror shall submit the resume(s) for each proposed key personnel to demonstrate the extent to which the key personnel meet the minimum qualifications detailed in the evaluation factors for award. C. Experience - The Offeror shall describe its past experience in performing work for other organizations (private or public organizations) that is similar in size and scope to the work detailed in the Statement of Work. The work described in this section must have been performed within the past three years. The relevancy of the Offeror's past experience to this requirement shall be clearly demonstrated. Volume II - PRICING Volume The Offeror shall submit the following as part of Volume II: The Offeror shall provide a total firm fixed price for the requirement detailed in the Statement of Work. As supporting information to the total firm fixed price proposed, the pricing volume shall also show the following: a. The total number of hours being proposed for the performance of the work by each key personnel proposed. b. The fully burdened hourly labor rate proposed for each key personnel contractor employee proposed. c. A proposed payment schedule for the requirements. The Statement of Work details certain due dates for certain deliverables that should be noted in the Offeror's payment schedule. BASIS FOR AWARD Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Experience, and 3) Price. Technical capability and past experience, when combined, shall be more important than price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. A) Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed work efforts meets or exceeds all requirements. B) Past Experience: Past Experience will be evaluated to determine the overall quality of the services provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past experience shall be based on the information provided in Volume I and/or the quoters recent and relevant procurement history. Offerors should provide a list of 3-5 references to whom the same or similar services has been provided within the past 3 years. Offeror shall list exception(s) and rationale for the exception(s) 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 an offeror 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 offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Monday, September 10, 2012. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must 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. The following clauses apply to this acquisition: 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: 52.219-28 Post-Award Small Business Program Representation; 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 Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB734110-12-05225/listing.html)
 
Place of Performance
Address: Contractor site, and/or, NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02865334-W 20120902/120901000913-24c4230c8b4075fc18d07afa50a92068 (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.