SOLICITATION NOTICE
R -- NB730040-13-03835 Testing and Certification element of the NIST Smart Grid - Statement of Work (SOW)
- Notice Date
- 8/28/2013
- 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
- NB730040-13-03835
- Archive Date
- 9/24/2013
- Point of Contact
- Willie W. Lu, Phone: 3019758259, Mimi Robinson, Phone: 301-975-3696
- E-Mail Address
-
willie.lu@nist.gov, mimi.robinson@nist.gov
(willie.lu@nist.gov, mimi.robinson@nist.gov)
- Small Business Set-Aside
- Total Small Business
- 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 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 2005-69. 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 Single Labor Hour Contract, for a Period of Performance (POP) of 12 months, ARO. Background: Under the Energy Independence and Security Act of 2007 (EISA), the National Institute of Standards and Technology (NIST) was assigned the "primary responsibility to coordinate development of a framework that includes protocols and model standards for information management to achieve interoperability of Smart Grid devices and systems...". In order to fulfill its legislative Smart Grid mandate, NIST developed a three-phase plan to accelerate the identification of an initial set of standards and to establish a robust framework for the sustained development of the many additional standards that will be needed, and for setting up a conformity testing and certification infrastructure. Phase III of the plan was focused on developing and implementing a framework for Smart Grid interoperability testing and certification. In recognition of the importance of Smart Grid interoperability testing and certification and the need to couple it to standards identified for the Smart Grid, developing and implementing a framework for Smart Grid interoperability testing and certification is an integral part of NIST Smart Grid activities. While standards do promote interoperability, test programs are needed to ensure products are developed with compliant implementation of standards to further promote interoperability. As a result, when NIST created the Smart Grid Interoperability Program (SGIP) in November, 2009, it included the establishment of a permanent Smart Grid Testing and Certification Committee (SGTCC) within SGIP. The SGTCC continues to support NIST in its EISA responsibilities. As part of the SGIP's role to support NIST, the SGTCC has assumed the responsibility for constructing an operational framework, as well as the action plans for development of documentation and associated artifacts supporting testing and certification programs that support Smart Grid interoperability. The SGIP/SGTCC has essentially completed its testing and certification framework development during the past several years, since inception of the SGIP. The Framework is now operational and can be used by organizations to help them establish their test programs. However, there still is a considerable lack of test programs available today to support the Smart Grid. In fact, the NIST Framework and Roadmap for Smart Grid Interoperability Standards, Release 2.0 cites over one hundred key Smart Grid standards. Ideally, Interoperability Testing and Certification Authorities (ITCAs) and test programs should be in place to address many of these standards. Additionally, these test programs should consider adopting, where appropriate, the recommendations and best practices developed by the SGTCC in its Interoperability Process Reference Manual (IPRM) to assure rigorous and high quality programs. Of the over one hundred standards cited in the NIST Framework 2.0, only 13 have associated test programs. The nascent availability of test programs is further compounded in that some of the key standards cited in the NIST Framework are comprised of multiple parts (e.g. IEC 61850, IEEE 1547) where available test programs may address only selected parts of the overall standard. Additionally, there are about a dozen standards for which varying ad hoc laboratory services may be commercially available as stand-alone services, without being part of any formal industry test/certification program. Therefore, there is an urgent need for industry to identify the most important test programs needed and to facilitate the development of these test programs. This solicitation involves technical work to identify opportunities and best approaches for industry to start developing and implementing new test programs that industry feels are the most needed and critical. The technical work will include activities such as engaging stakeholders (utilities, test labs, manufacturers, and etc.) on the testing priorities, developing opportunities including action plans to set up test programs, creating a priority action plan to facilitate the development and implementation of a test program, and building a pipeline of test programs for further development. Please reference the attached Statement of Work (SOW) for specific details and information regarding the requirements of this solicitation Volume I - TECHNICAL Volume There shall be no pricing information or labor rates included in the Technical Volume. 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. The Offeror shall submit the following as parts of Volume I: Technical Solution- 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. The Government anticipates that the labor category of "Technical Expert" 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 "Technical Expert"; 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) 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. Past Performance and Specialized Experience- 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 offeror 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: 1. Contract/Order Number; 2. Contract type utilized (e.g., fixed-price, time-and-materials, labor-hour, cost-reimbursement); 3. Description and relevance to solicitation requirements; 4. Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; 5. 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)); 6. Total dollar value of contract, including options, if any; 7. Information regarding any problems encountered on the contract and corrective actions taken to resolve those problems. The Offeror shall describe its experience performing work similar to that required by the solicitation. 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 Volume II - PRICING Volume The Offeror shall submit the following as part of Volume II: 1. The solicitation number NB730040-13-03835; 2. The name, address, and telephone number of the offeror; 3. A statement that the Offeror agrees to all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 4. A statement that the quotation is valid for a minimum of 60 days from the response deadline of this solicitation. 5. The offeror shall propose a Not to Exceed ceiling price for each Contract Line Item Number (CLIN). Each CLIN shall be for a single labor category and shall include: A. labor category (one per CLIN) B. labor rate (burdened; per CLIN) C. not to exceed number of hours per labor category Back up documentation shall include details on how the burdened rate was derived (i.e. at a minimum Overhead, G&A, and profit) The Government anticipates Service Contract Act of 1965 applied labor categories to be utilized in support of this contract. As such, all Offerors shall identify those categories (if applicable) in their proposals. The applicable Wage Determination (http://www.wdol.gov) for this requirement is: Wage Determination: #2005-2103 Revision No.: 13 Date of Revision: 06/19/2013 6. A not-to-exceed ceiling for travel costs, and a breakdown of how that ceiling amount was derived. (Travel reimbursement to be in accordance with Federal Travel Regulations). 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 award shall be based on "best value" to the Government. 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 more important than price. Relative importance of factors The Evaluation Factors are as follows: a. Factor 1 - Technical Solution, b. Factor 2 - Past Performance and Specialized Experience, and c. Factor 3 - Price/Cost, are evaluated individually. Non-price factors, both singularly and when combined, are more important than Price. SUBMISSION INSTRUCTIONS All proposals must be submitted electronically so that they are received at willie.lu@nist.gov no later than September 9, 2013 at 2:00 pm EST. All questions regarding this solicitation shall be submitted electronically to willie.lu@nist.gov, referencing Solicitation number NB730040-13-03835. Facsimile quotations will NOT be accepted. 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 by 2:00PM Eastern time, on Wednesday, September 4, 2013. Primary Point of Contact: Willie W. Lu willie.lu@nist.gov Phone: 301-975-8259 Secondary Point of Contact: MiMi Robinson Contracting Officer mimi.robinson@nist.gov Phone: 301-975-3696 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 (alt. I); 52.212-3 Offerors Representations and Certifications- Commercial Items. 52.219-1 Small Business Concern Representation. 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: 52.219-6, Notice of Total Small Business Set-Aside. 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB730040-13-03835/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN03166974-W 20130830/130829001136-7d15759252bbcab198288ed30599f659 (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 |