SOLICITATION NOTICE
R -- Green Button Implementation Support - Statement of Work
- Notice Date
- 8/2/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- SB1341-13-RQ-0707
- Archive Date
- 9/7/2013
- Point of Contact
- Abdul-Kudus, Phone: 3019758497, Mimi Robinson, Phone: 301-975-3696
- E-Mail Address
-
abdul-kudus.yahaya@nist.gov, mimi.robinson@nist.gov
(abdul-kudus.yahaya@nist.gov, mimi.robinson@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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 UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690, with size standard of $14M. This acquisition is being procured as a total small business set-aside. The Government anticipates awarding a Labor Hour Contract. Background: In collaboration with other federal agencies including the Department of Energy (DOE), the Office of Science and Technology Policy (OSTP) and the Council on Environmental Quality (CEQ), NIST is supporting the Green Button Initiative, which has as its goal to provide electricity customers with ready access to their energy usage information in a consumer-friendly and machine-readable standardized electronic format via a "Green Button" on their electric utility's or energy service provider's website, and to enable customers to share this data electronically with selected third parties. The concept of a Green Button-inspired by successes in getting Americans their own health care data, and developed in collaboration with the energy industry in a consensus process and adopted voluntarily-builds on policy objectives in the Administration's Blueprint For a Secure Energy Future and Policy Framework for the 21st Century Grid to ensure that consumers have timely access to their information that can help them better manage their energy use and take advantage of opportunities to help reduce their costs. The Green Button initiative will help promote innovation by supporting greater availability of energy usage information and facilitating web developers and other third party providers to create products and services to help customers to evaluate and better manage their energy use. The Green Button is based on standards for Energy Usage Information (EUI) that includes North American Energy Standards Board (NAESB) REQ18/WEQ19 and NAESB REQ21 (Energy Service Provider Interface (ESPI)), with additional information available through the NIST website http://www.nist.gov/smartgrid/greenbutton.cfm and NIST collaboration website http://collaborate.nist.gov/twiki-sggrid/bin/view/SmartGrid/GreenButtonInitiative and http://collaborate.nist.gov/twiki-sggrid/bin/view/SmartGrid/GreenButtonESPIEvolution and through sources such as www.greenbuttondata.org. Voluntary adoption of a consensus standard by utilities across the country allows utilities and their customers to benefit from the national-scale effort of software developers and other entrepreneurs to build and leverage a sufficiently large market to support the creation of innovative applications in an energy usage information ecosystem. Additional support for the Green Button initiative includes through the White House Presidential Innovation Fellow program, a separate program in which two fellows will be selected for a Green Button for America team, with one fellow each supported by NIST and the DOE Office of Electricity Delivery and Energy Reliability. This solicitation involves technical work to support the consistent implementation of the Green Button initiative and expands this effort to foster wider implementation of the Green Button initiative and underlying standards within the US and International community, including end users, equipment manufacturers, utilities, standards development organizations, and testing and certification facilities. The technical work would include activities such as coordinating and participating in relevant standards work (NAESB REQ18/WEQ19, NAESB REQ21, UCAIug OpenADE, Zigbee Alliance SEP2, ASHRAE 201P, IEC 61968/61970 and other standards as identified), augmenting the Green Button "development kit" to include modifications and new extensions to schemas coming out of standards development efforts, supporting NIST participation in the interagency Green Button for America Presidential Innovation Fellows team, preparing technical presentations for outreach to other government agencies, providing technical support to new interested participants, providing technical support and outreach to Green Button implementations and implementation evaluations, evaluating information models with respect to the Green Button effort, and web development, maintenance and support for a Green Button webpage. Please reference the attached Statement of Work (SOW) for specific details and information regarding the requirements of this solicitation PROPOSAL INSTRUCTIONS Offerors shall examine and follow all instructions. Failure to do so will be at the Offeror's own risk. General 1. Offerors shall furnish the proposal in two separate volumes, Technical (Volume I) and Pricing (Volume II) in the quantities specified below. Each volume shall be complete in itself in order that evaluation of one volume may be accomplished independently of, and concurrently with, evaluation of the other. 2. The page limit for the entire proposal combined is thirty (30) pages, excluding resumes, cover letter and executive summary; any pages beyond the 30th page will not be evaluated. 3. The Offeror shall submit its proposal no later than the due date and time specified on page 1 in this solicitation. Overall Arrangement of Proposal 1. VOLUME I - TECHNICAL VOLUME A. Volume I consists of the actual offer to enter into a contract to perform the desired work. It also includes required representations, certifications, and acknowledgments; justifications for noncompetitive proposed subcontracts; identification of technical data to be withheld; and any other administrative information. Volume I also shall consists of the Offeror's response to the technical and management aspects of the acquisition. It should indicate your organization's capabilities and the means that the Offeror intends to use to satisfy the requirements of this solicitation. It will be evaluated in accordance with the criteria contained in the Solicitation. The proposal should be practical and be prepared simply and economically, providing straightforward, concise delineation of what it is you will do to satisfy the requirements of Solicitation. The proposal shall not merely offer to perform the work in accordance with the Statement of Work, but shall outline the approach proposed as specifically as practicable. A proposal that includes a mere repetition of the Solicitation may not be considered further for award. B. Format and Content. Volume I shall include the following: (B.1) Management Section (i) The solicitation number; (ii) The name of the company, DUNS number, Cage Code address, and telephone and facsimile numbers of the Offeror (and electronic address if available); (iii) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the Offeror's behalf with the Government in connection with this solicitation if applicable; (iv) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office; and (v) Any other business or administrative information that the Offeror wishes to include in its proposal. (B.2) Technical Section (i) The Technical portion of Volume I shall not exceed 10 pages, single sided, single spaced, using Times New Roman 12 Point Font. The 10 page limitation is exclusive of tables and figures, resumes and related experience and past performance. Resumes shall be limited to 3 pages per person. Project descriptions for experience and past performance shall be limited to ½ page per project. Information on publications and research shall be limited to 3 pages. An executive summary can be included, but will not be evaluated and does not count toward the 10 page limitation. (ii) Format shall include: (a) Table of Contents (b) List of Tables and Figures (c) Technical Solution. The technical solution section should be the major portion of Volume I. It shall include four separate parts ((1), (2), (3) and (4) below). The Offeror shall confine information pertaining to each part to its appropriate part. 1. Technical Capability and Specialized Experience: The Offeror shall demonstrate its understanding of the requirements, and ability to successfully perform them within the required timeframe. Specialized Experience: The Offeror shall describe its experience performing work similar to that required by the solicitation, specifically, experience in developing, implementing and assessing standards and testing/certification plans related to smart grid related information models, including Green Button activities. The Offeror shall also describe any certifications and forms of recognition from other entities with respect to the Offeror's experience and/or expertise, including any industry awards, certificates, and letters of recommendation. To the extent the Offeror will be subcontracting any portion of its effort under the contract; it shall describe its experience working with its proposed subcontractors on efforts similar to those required by the Statement of Work 2. Management Approach: The Offeror shall describe how it intends to manage its efforts to perform the requirements articulated in the solicitation within the required timeframe. 3. Staffing Plan/Key Personnel: The Government anticipates the following labor categories will be applicable to this contract. The Offeror may propose labor categories and not to exceed hours per each labor category, applicable to their proposal, that are different from those listed below; however, if an alternate labor mix is quoted, Contractor shall provide an explanation as to how the government will benefit from the alternate labor mix. (Note: This information will be used solely for evaluation of labor mix and overall price) Labor Categories: a. Senior Engineer/Senior Data Scientist/Principal Consultant (Key Personnel) b. Programmer c. Executive (Key The offeror shall provide a complete staffing plan with an accompanying organizational chart. The staffing plan shall identify the offeror's proposed labor categories, describe the skills and experience required for each category, identify the number of labor hours proposed for each labor category, and thoroughly describe the rationale for the proposed labor mix. The Government estimates but does not guarantee that 1,612 Contractor labor-hours may be required to perform the base period requirements. The organizational chart shall identify who the offeror will assign to the contract, their roles and responsibilities, the lines of authority, lines of communication, both within the contractor' s organization also within the Government and each person's current employer. The offeror shall provide resumes for its proposed key personnel that include their name, current employer, relevant education, relevant capabilities and experience, and their current country of citizenship. Information shall include the responsibilities of each Key Personnel in relationship to support this requirement. (d) Past Performance Past Performance: The Offeror shall provide past performance information regarding all relevant contracts for the past 3 years with federal, state or local governments and commercial customers. The information shall describe contracts of a similar type and scope as the current requirement. If the offer intends to use subcontractor(s) for part of this requirement, then the Offeror shall also provide that organization's past performance information. If the Offeror and, if applicable, its subcontractor(s) has no relevant past performance information, it should include a statement to that effect in its proposal. For each of the past performance information contracts, the Offeror shall provide the following information: Contract/Order Number; Contract type utilized (e.g., fixed-price, time-and-materials, labor-hour, cost-reimbursement); 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 ( If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR)); Total dollar value of contract, including options, if any; Information regarding any problems encountered on the contract and corrective actions taken to resolve those problems. 2. VOLUME II - PRICING VOLUME The offeror shall propose a Not to Exceed ceiling price for each Contract Line Item Number (CLIN). The offeror shall also provide a detailed breakdown that shows how those ceiling price were derived and shall be based on the Offeror's proposal Volume I and solicitation requirements. The detailed breakdown shall include: A. labor categories B. labor rates (burdened) C. number of hours per labor category PROPOSAL SUBMISSION All proposals must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Friday, August 23, 2013. E-mail proposals shall not be deemed received until the proposal is entered in the e-mail inbox of Abdu-Kudus Yahaya at abdul-kudus.yahaya@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Abdul-Kudus Yahaya, Contract Specialist, at abdul-kudus.yahaya@nist.gov by 2:00PM Eastern time, on Monday August 19, 2013. Primary Point of Contact: Abdul-Kudus Yahaya abdul-kudus.yahaya@nist.gov Phone: 301-975-8497 Secondary Point of Contact: MiMi Robinson Contracting Officer mimi.robinson@nist.gov Phone: 301-975-3696 BASIS FOR AWARD Evaluation Factors The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer technically meets or exceeds the minimum requirements, as defined in the SOW, and is determined to be the best value to the Government. The determination of best value shall be based on a "tradeoff" process utilizing a comparative assessment of proposals against the factors herein. The Government will not award a contract on the basis of an unacceptable offer. In determining which acceptable proposals offer the best value or advantage to the Government, overall technical merit will be considered more important than price. All evaluation factors other than price, when combined, are considered significantly more important than price. However, the Government will not select an offeror for award on the basis of technical merit without concern of its price. The degree of importance of price as an evaluation factor will increase with the degree of equality in the technical merits of the proposals. Between acceptable proposals with a significant difference in technical merit, a determination will be made as to whether the additional technical merit reflected by a higher priced proposal warrants payment of the additional price. A. Relative importance of factors 1. The Evaluation Factors are as follows: Factor 1 - Technical Solution, to include the following sub-factors: Sub-factor 1 - Technical Capability and Specialized Experience Sub-factor 2 - Management Approach Sub-factor 3 - Staffing Plan/Key Personnel Factor 2 -- Past Performance, and Factor 3 - Price/Cost, are evaluated individually. 2. Non-price/cost factors, when combined, are more important than Price/Cost. Technical Solution and Past Performance are equally important non-price/cost factors. B. Evaluation Factors/Criteria Description 1. Factor 1: Technical Solution Basis of Evaluation: Evaluation of the technical solution will focus on the Offeror's demonstrated understanding of the requirements, the Offeror's proposed technical and management approaches to meeting the requirements, including its implementation plans and processes and to satisfy these requirements, the Offeror's staffing and key personnel, and any innovative approaches. The Offeror's Technical solution will be evaluated based on the assessed strengths, weaknesses, deficiencies, uncertainties and risks of each Offeror's proposed technical solution. 2. Factor 2: Past Performance Basis of Evaluation: Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. The Government will evaluate the degree of comparability of each Offeror's past projects relevant to this acquisition, in particular, their experience in developing, implementing and assessing standards and testing/certification plans related to smart grid related information models, including Green Button activities. In addition, a resume and copies of industry awards, certificates, and letters of recommendation should be submitted. The Government's sources of information for evaluating Past Performance and Specialized Experience may include, but are not limited to, any and all information provided by the contractor, inquiries of owner representative(s), any other known sources not provided by the Offeror, and retrieval of information from other contractor performance evaluation data bases. In the case of an offeror without a record of relevant past performance or for who past performance is not available, the offeror will receive a NEUTRAL rating. The Past Performance will be evaluated and rated as Acceptable, Neutral or Unacceptable. 3. Factor 3: Evaluated Price/Cost Basis of Evaluation: The Government will evaluate the Offerors' price/cost proposals to determine fairness and reasonableness. 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; 52.212-2 Evaluation-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; 52.222-41 Service Contract Act of 1965; 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. 52.247-34, FOB Destination; and The following CAR clauses: (https://www.federalregister.gov/articles/2010/03/08/2010-4132/commerce-acquisition-regulation-car#h-372) 1352.201-70 Contracting Officer's Authority; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest. 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. NOTE: The Government does not anticipate any position being proposed to be under the Service Contract Act (SCA) of 1965. However, should your proposal include any of the labor categories covered under the SCA, the Applicable Service Contract Act Wage Determination information is as follows: Wage Determination No.: 2005-2103 Revision No.: 13 Date of Revision: 06/19/2013 If this is applicable to proposal, identify the labor category or categories.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0707/listing.html)
- Record
- SN03136956-W 20130804/130802235332-37a7c6378d757f5b9fa3dcf0c9f0f9d5 (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 |