SOLICITATION NOTICE
D -- Enhance or replace the current Portico version (2.1.0) with extensions as means of realizing HLAPlus. - BRAND NAME JUSTIFICATION.pdf - PERFORMANCE WORK STATEMENT.pdf - FINAL COMBINED SYNOPSIS, SOLICITATION--SB134117RQ0792.pdf - APPLICABLE PROVISIONS AND CLAUSES.pdf
- Notice Date
- 7/28/2017
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB134117RQ0792
- Point of Contact
- Mario Gray, Phone: 3019756107
- E-Mail Address
-
mario.gray@nist.gov
(mario.gray@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- APPLICABLE PROVISIONS AND CLAUSES.pdf FINAL COMBINED SYNOPSIS, SOLICITATION--SB134117RQ0792.pdf PERFORMANCE WORK STATEMENT.pdf BRAND NAME JUSTIFICATION.pdf I. AUTHORITY & INTRODUCTION: This is a combined synopsis/solicitation for commercial services 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 Part 13- Simplified Acquisition Procedures. This solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95 effective 1/19/2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $27.5 Million. This RFQ is a Total Small Business Set-Aside Competitive Solicitation. NIST is assembling a test bed for the purpose of doing research on Smart Grid and Cyber-Physical systems (SG/CPS Testbed). A key component of this testbed is a platform that enables federated experiments. A federated experiment consists of reusable software and hardware components called federates that are combined into a larger federation to perform some useful experiment. A federate could be a piece of equipment or a simulation model, and can be located anywhere such as on a local machine, in the cloud, or at geographically dispersed test facilities. The NIST Smart Grid/CPS Office is working with an open source tool suite that can graphically model federate I/O and generate source code and build files for a federate based on its graphical representation. The generated source code may be standalone or it may have additional hardware or software dependencies that must be resolved prior to deployment. In addition to federate source code, our tool suite can also generate experimental configurations which script the runtime behavior of federates and include deployment information such as where the built executable for each federate should be run. The following illustration shows the tool suite and its generated products: SEE THE ATTACHED COMBINED SYNOPSIS/SOLICITATION TO VIEW THE ILLUSTRATION. NIST calls this federated testbed architecture "UCEF" for Universal CPS Environment for Federation. UCEF, at its heart, utilizes an open-source implementation of IEEE 1516-2010 HLA for communications. This implementation is called Portico (https://github.com/openlvc/portico). While Portico provides the basic services of Federate coordination and messaging, we have found that there are several scalability, security, and performance issues with the current implementation for our intended use that we would like to enhance. NIST refers to the outcome as HLAPLus. II. SPECIFIC REQUIREMENTS: The requirements seek to enhance or replace the current Portico version (2.1.0) with extensions as means of realizing HLAPlus. The resulting extensions/replacement shall be provided as open source per an Apache 2.0 license or equivalent. Ideally these would be implemented as extensions that are part of the existing portico project or a fork of that project. III. CONTRACT LINE ITEM BREAK-OUT: Responsible quoters shall provide pricing for the following line items. All services provided by the Contractor (tasks and deliverables) must conform with the requirements specified in the attached SOW. Non-conforming services will not be considered for award. Line Item 0001: Determine software requirements to resolve dependencies. Line Item 0002: Develop and demonstrate solutions that meet requirements. Line Item 0003: Final Documentation. Line Item 0004: Source Code. IV. EVALUATION CRITERIA AND BASIS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, results in the Lowest Priced and Technically Acceptable quote to the Government. The following evaluation factors will be used to evaluate quotes: 1. Technically Acceptable 2. Price (Firm-Fixed) Technically Acceptable: Each quote will be evaluated for Technical Acceptability to determine whether the quote: 1. Enhances or replaces the current Portico version (2.1.0) with extensions as means of realizing HLAPlus with a technical solution that meets or exceeds the requirements specified in the attached Statement of Work (SOW); and, 2. Meets the requirements of all Line Items and the requirements of the solicitation. If a quoter does not demonstrate how its proposed services meet the SOW requirements, NIST will determine that it services does not. Price: Each quote will be evaluated for Price ‘IF' the quote is evaluated to be Technically Acceptable. NIST will evaluate the line item prices and the total price of the quote for reasonableness. NIST will evaluate the price of the base year and each option year (if applicable) for reasonableness. The total price will be evaluated to determine whether: 1) the total price is consistent with the technical portion of the quote; and, 2) the total price is a fair, reasonable and realistic overall price in the Government's evaluation. V. DELIVERY: See the requirements specified in the attached SOW. VI. REQUIRED SUBMISSIONS: All quoters shall submit the following via email to Mario.Gray@nist.gov: 1. For the purpose of evaluation of Technical Acceptability: - Each quoter shall submit one (1) technical quote {WITHOUT PRICING OR PRICE INFORMATION} to demonstrate an understanding all task requirements and all deliverables and to provide a technical solution. - The quoter may include any other information that it deems necessary to demonstrate that it meets or exceeds the requirements specified in the attached SOW. 2. For the purpose of evaluation of Price: Quoters shall provide firm-fixed price quotes for each Line Item as specified in the CONTRACT LINE ITEM BREAK-OUT, and a total firm fixed-price inclusive of all required line items. 3. The quote shall contain, at a minimum, the following business items: a) The Name, DUNS number, address, telephone number and email address of the contractor. b) A statement accepting the terms and conditions in the solicitation to be included in the award document without modification, deletion, or addition, OR a statement that 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 [contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. c) A statement that the quote is valid for a minimum of 90 days from the date submitted c) If the contractor's representations and certifications do not reflect the NAICS code governing this solicitation, contractors must submit documentation that they are a small business under the NAICS code governing this solicitation. d) The total number of pages of all required submissions shall not exceed 20 pages. Disclosures required by applicable clauses, such as FAR 52.212-3, do not count towards the page limitation. e) 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 a contractor submits a quote 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 Contract, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quote. VII. DUE DATE AND TIME FOR QUESTIONS & DUE DATE AND TIME FOR QUOTES: All questions regarding this notice must be submitted to Mario Gray using the e-mail address: Mario.Gray@nist.gov, by 8/3/2017 12:00 P.M. (Noon) Eastern Time. Questions submitted after the due date and time identified herein may not be addressed by the Government prior to the due date and time for quotes. E-mail quotes are required. Quotes must be submitted to Mario Gray using the e-mail address: Mario.Gray@nist.gov, by 8/15/2017 12:00 P.M. (Noon) Eastern Time. A quote shall be considered acceptable when it is received in the electronic (e-mail) inbox of Mario Gray not later than the due date and time identified herein. Quotes submitted after the due date and time identified herein will be considered late and may be subject to rejection due to noncompliance with the solicitation submission requirements. FAX quotes will not be accepted. VIII. APPLICABLE ATTACHMENTS: 1. Applicable Provisions and Clauses. 2. Brand Name Justification. 3. Performance Work Statement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134117RQ0792/listing.html)
- Record
- SN04602332-W 20170730/170728231510-ba3deaa169fbaf99d1ce5451905b39da (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 |