Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
SOLICITATION NOTICE

R -- Sustainable Manufacturing Workshops and Roadmap - SOW

Notice Date
9/13/2013
 
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-RP-0117
 
Archive Date
10/3/2013
 
Point of Contact
Desiree A. Blakey, Phone: 3019756219
 
E-Mail Address
desiree.blakey@nist.gov
(desiree.blakey@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Schedule Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.603, Streamlined Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) Number SB1341-13-RP-0117. The RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-69 effective September 3, 2013. The request for proposal is issued as a Total Small Business Set-Aside. NIST is seeking responses from responsible small businesses in all socially economic categories identified in FAR Part 19. The NAICS Code associated with this requirement is 541690, "Other Scientific and Technical Consulting Services" with a Small Business Size Status of $14 Million. The purpose of this acquisition is to procure contractor support to perform tasks for two workshops, including (1) pre-workshop planning and organization, (2) identification and recruitment of suitable speakers, (3) workshop facilitation and recording of results, and (4) post-workshop reporting. The workshops will include industry leaders, academics, and governmental and non-governmental representatives who will collaborate to (1) determine the state of art of sustainability in manufacturing and (2) develop a roadmap to expedite increased development and growth of sustainability in U.S. manufacturing. The workshops will be held at NIST facilities located in Gaithersburg, MD. At a minimum, the contractor shall provide an internationally recognized expert with: • A PhD in engineering, science, or a related technical discipline. •10 or more years of experience in the development of strategic plans, technology roadmaps, and technology assessments. •10 or more years of experience in the conduct of large (50+ participants) technical workshops that concentrate on external customers. • Demonstrated familiarity and relationship with key individuals in the technical discipline (industry, academia and government) and the product sectors that use the technical discipline. • Knowledge of government rules and experience in their application to development of technology roadmaps. • Leadership in the area of sustainability science, green chemistry, energy and material efficiency, standards, design for sustainability, environmental impacts of products and processes, and measurement science with strong academic experience. The Contractor shall perform data collection of recent and on-going manufacturing sustainability efforts, to include economic and environmental benefits. The data collection will in part be NIST-directed, but the Contractor shall perform, as necessary, other data collection of recent and on-going manufacturing sustainability efforts from peer-reviewed literature, publicly available sources, and international experts. The Contractor shall provide all support for project oversight, equipment, administration, and technical execution of this contract. The Contractor is responsible for maintaining accurate records of project activities. All Work shall be performed in accordance with the requirements identified herein and the attached Statement of Work. The Government intends to issue a single award as a result of this combined synopsis solicitation. INTERESTED VENDORS SHALL SUBMIT IS PRICE PROPOSAL UTILIZING THE ATTACHED PRICING SCHEDULE. The due date for receipt of vendor's quote is 2:00 p.m. Eastern Standard Time, Wednesday September 18, 2013. Vendor quote shall be emailed to the attention of Desiree Blakey at desiree.blakey@nist.gov. Fax copies will not be accepted. Any questions related to the solicitation shall be sent by email NO LATER THAN 2:00PM, Monday September 16, 2013 to the attention of Desiree Blakey at desiree.blakey@nist.gov. Any proprietary information shall be so marked. Please limit responses to five (5) pages or less. At a minimum, vendor proposal shall include the following information: 1. Name, physical location, point of contact and telephone number and business size of company. 2. Contractor's DUNS Number and Cage Number. 3. The contractor shall demonstrate sufficient capability and prior experience in organizing and conducting similar workshops of a technical nature. 4. The Contractor shall demonstrate sufficient knowledge of sustainability science, green chemistry, energy and material efficiency, standards, design for sustainability, environmental impacts of products and processes, and measurement science with strong academic experience in order to perform the workshop planning and facilitation, and data-collection aspects of this contract. PROVISIONS AND CLAUSES Interested vendors shall include a completed copy of FAR Clause 52.212-3, "Offeror Representation and Certifications - Commercial Items", with its proposal or indication that the vendor's Representations and Certifications are completed on SAM.gov. Any prospective awardee shall be registered in SAM.gov database prior to award, during performance, and through final payment. The following provision and clauses are applicable to this solicitation and are incorporated by reference: 52.212-1, Instructions to Offerors-Commercial Items (JUL 2013. 52.212-4, Contract Terms and Conditions-Commercial Items (JUL 2013). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013). 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance with the Laws 1352.209-74, Organizational Conflict of Interest 1352.246-70, Place of Acceptance: NIST, 100 Bureau Drive, Gaithersburg, MD 20899 The following additional FAR Clauses cited in FAR Clause 52.212-5 are applicable to this solicitation and are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011). 52.222-3, Convict Labor (JUN 2003). 52.222-19, Child Labor-Cooperation with Authorities and Remedies. (MAR 2012). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act. (DEC 2010). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013). 52.239-1, Privacy or Security Safeguards (AUG 1996). The full text of FAR provisions or clauses may be obtained electronically at http://www.acquisition.gov/far. The full text of Commerce Acquisition Regulation provisions or clauses may be obtained electronically at www.ecfr.gov. This is an open-Market Combined Synopsis/Solicitation for the requirement described herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL proposals shall include a statement regarding the terms and conditions herein as follows: The vendor shall state, "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The vendor shall state, "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: Vendor shall list exception(s) and rationale for the exception(s) FOB: Destination EVALUATION AND AWARD FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): The basis for award is Lowest Price Technically Acceptable; with an award being made based upon the vendor proposal meeting the requirements identified herein and the attached Statement of Work It is the responsibility of all interested vendors to monitor the Federal Business Opportunities (www.fbo.gov) site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any cost incurred in preparation of a response to this notice. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the vendor by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RP-0117/listing.html)
 
Record
SN03186817-W 20130915/130913234928-512c0f9598e4530554b512ffad7ba69e (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.