SOLICITATION NOTICE
D -- ServiceNow Customer Devices Asset Management and Billing - Statement of Work (SOW) (Attachment A)
- Notice Date
- 4/5/2018
- 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
- 1333ND18QNB180007
- Archive Date
- 5/15/2018
- Point of Contact
- Abdul-Kudus Yahaya, Phone: 3019758497, Robert, Phone: 3019758335
- E-Mail Address
-
abdul-kudus.yahaya@nist.gov, robert.cowins@nist.gov
(abdul-kudus.yahaya@nist.gov, robert.cowins@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (SOW) (Attachment A). 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 SEPARATE WRITIEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13. The National Institute of Standards and Technology (NIST) is issuing a Request for Quotation (RFQ) for ServiceNow Customer Devices Asset Management and Billing. The Office of Information Systems Management (OISM) has a requirement to consolidate separate systems and datasets used for Mobile Device management into a single system of record as a scoped application within our ServiceNow instance (Jakarta version), and leverage the existing Cost Module within ServiceNow to generate expense lines for monthly Mobile Device usage charges, and charges incurred for foreign travel. ServiceNow Customer Devices Asset Management and Billing The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 Custom Computer Programming Services with a small business size standard of 27.5 Million Dollars. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. This acquisition is 100% set aside for small businesses. All qualified Offerors shall submit Firm-Fixed-Price quotations in accordance with this solicitation. Base Year CLIN 0001: Description: The Contractor shall provide services in support of ServiceNow Customer Devices Asset Management and Billing in accordance with the Statement of Work (SOW) (Attachment A). Quantity: 1 Unit of Issue: Lot Period of Performance: 12 Months Pricing Option: Firm-Fixed-Price Option Year I CLIN 000: Description: The Contractor shall provide services in support of ServiceNow Customer Devices Asset Management and Billing in accordance with the Statement of Work (SOW) (Attachment A). Quantity: 1 Unit of Issue: Lot Period of Performance: 12 Months Pricing Option: Firm-Fixed-Price Option Year II CLIN 000: Description: The Contractor shall provide services in support of ServiceNow Customer Devices Asset Management and Billing in accordance with the Statement of Work (SOW) (Attachment A). Quantity: 1 Unit of Issue: Lot Period of Performance: 12 Months Pricing Option: Firm-Fixed-Price A. INSTRUCTIONS TO OFFERORS System for Award Management (SAM) In accordance with FAR 52.204-7, the awardee must be registered in SAM (www.sam.gov) prior to award. Refusal to register shall forfeit award. ADDENDUM TO FAR 52.212-1: QUOTATION PREPARATION/SUBMISSION INSTRUCTIONS The Offeror's quotation shall contain two separate volumes: (i) Technical Capability and (i) Price. There shall be no pricing information within the Technical volume. The Technical Volume, as a whole but excluding resumes, is limited to 8 pages in length. The Technical Volume shall clearly distinguish between the different sections required by the Government, as described below. Submission of quotations shall be via e-mail to abdul-kudus.yahaya@nist.gov no later than April 30, 2018 at 3:00 PM EST or as soon as possible. Quotations received after this date/time will not be considered for award. It is the Offeror's responsibility to ensure delivery of the quotation is on time and to confirm receipt of quotation delivery date and time. The email must reference the RFQ 1333ND18QNB180007 in the subject line. Quotations shall remain valid for a minimum of 60 days from the date of receipt. Offerors shall further provide the DUNS # for the Offeror's active System for Award Management (SAM) registration. Offerors must have an active registration at www.SAM.Gov to be considered for award. The Government will not consider any quotation without the information required by this solicitation. Acceptance of Terms and Conditions: This is an open-market solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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: Offeror shall list exception(s) and rationale for the exception(s) OVERALL ARRANGEMENT OF QUOTATIONS (i) Volume 1: Technical Capability a. Technical Solution & Management Approach The proposal shall provide a statement in sufficient detail to demonstrate a complete understanding of the intent of the Solicitation, along with a proposed technical and management approach in meeting these requirements. The following items shall be covered: 1. A detailed description of the content of each task to be performed to achieve the contract requirements and deliverables. 2. A technical description of the proposed solution including application scope, integration with global application scope, data sharing with other applications/modules, IT Security and data sharing, the scalability/growth/reusability of functionality, and the provided level of going support/maintenance/application updates. 3. A discussion of the methodology to be used for individual tasks as well as scheduling of time and persons. b. Specialized Experience: The Offeror shall describe its previous experience relevant to the requirements detailed in the Statement of Work for this solicitation. The Offeror shall provide enough detail on their previous efforts to demonstrate its relevance to this requirement. c. Proposed Personnel The Offeror shall provide qualified personnel to provide the required level of services. The Offeror shall provide resumes for all key personnel proposed. Key personnel must have: • Relevant experience and certifications where required to successfully perform tasks • An active FIN-10-6 Position Designation level for a Tier 2 "Moderate Risk" position and a favorable MBI investigation, or obtain clearance for this designation level within 30 days of the contract award date. The COR will provide the appropriate forms after Solicitation award. Key Personnel proposed for ServiceNow scoped application for Customer Devices/ asset management and billing support tasks shall meet the following minimum experience requirements: Number of Years' required experience Within the last Experience Description 2 years 4 years Certified ServiceNow application developer 2 years 4 years Asset management functionalities within ServiceNow 2 years 4 years Web Technologies (Ajax, API's, CSS, XML, HTML, JavaScript, JSON, Web Services, etc.) 2 years 4 years Agile software development methodologies (e.g., Scrum). The Offeror shall provide a staffing approach to meet task requirements with qualified personnel. The quotation shall provide: • Resumes for Key Personnel detailing relevant experience, certifications, knowledge, skills, and abilities • Assignment of Key Personnel with respect to the tasks and the management approach d. Past Performance The Offeror shall provide at least three examples of past performance conducted within the last three years of contracts of relevant work of a similar type and scope as the current requirement with federal, state or local Governments and/or commercial customers. If the Offeror has no relevant past performance it shall include a statement to that effect in its quotation. The Government reserves the right to consider past performance data obtained from sources other than those provided by the Offeror in its quotation. The description of each reference described in this section shall not exceed a half page. For each of the contracts, the Offeror shall provide the following information: • Contract number • Client's name and address • Dollar value • Period of performance • Narrative describing the requirement and its relevance to the current requirement • Name of contracting officer or point of contact, telephone number and e-mail address The Offeror may include: a) past performance information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems; and b) Any quality awards or certifications, letters of appreciation, commendations, industry recognition of excellence or special awards received with respect to performance of services. The Offeror shall describe when the award, certification, etc. was received, and may provide as an attachment to this part. (ii) Volume 2: Price The Offeror shall also submit the following as part of Volume 2: The Offeror shall provide a firm-fixed price quotation for the solicitation CLINs. The price quotation shall include sufficient documentation that clearly demonstrates how the proposed firm-fixed price was calculated. The Offeror shall show which labor categories, associated fully burdened hourly rates, and number of hours were used in determining the proposed firm-fixed price. Note: The price volume shall include a proposed payment schedule based on the deliverables included within the SOW for each CLIN. B. EVALUATION CRITERIA The Government intends to use a cost/technical tradeoff process to award a Firm-Fixed-Price single Purchase Order to the responsible Offeror whose quotation represents the best value to the Government, cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest-cost/priced Offeror or to the Offeror with the highest technical rating if the Contracting Officer determines that doing so would result in the best value to the Government. The Contracting Officer intends to award without discussions, but reserves the right to initiate discussions if necessary. Upon receipt of quotations, the Contracting Officer will review them to determine if each Offeror followed all of the quotation preparation/submission instructions in this solicitation. A quotation that did not follow the proposal submission instructions to an extent that the Government cannot properly evaluate the quotation in accordance with the stated evaluation factors may be deemed unacceptable and may not be further evaluated. Each quotation will be evaluated using the tradeoff method against the evaluation factors listed below. An Offeror's failure to address any factor may be considered indicative of the Offeror's lack of understanding of the Government's requirements and may result in the quotation being determined unacceptable. Non-price Factors 1, 2, 3 and 4 are considered equal in importance. In determining best value, all non-price factors, individually and when combined are more important than price. Factor 1: Technical Solution & Management Approach The Government will evaluate the Offeror on the extent to which it understands the requirements of this solicitation and the extent to which its proposed Technical and Management Approach will lead to successful performance of the tasks detailed in the Statement of Work. • The Government will evaluate the offeror's understanding and familiarity with the technology, support processes, and best practices required to successfully deliver solicitation requirements. • The Government will evaluate the offeror's technical solution to consider ServiceNow development best practices, IT Security, scalability/growth/reusability of functionality, and the provided level of going support/maintenance/application updates. • The Government will evaluate the offeror's proposed processes and methodologies for Project Management, Software/System Development Lifecycle, and Release and Deployment to determine if adequate procedures are in place to ensure successful performance of this effort. Factor 2: Specialized Experience The Government will evaluate the Offeror on the extent to which it has previous experience performing tasks similar in scope and size to this requirement. The Government will consider the amount, and relevancy of the Offeror's previous experience. Factor 3: Key/Proposed Personnel The Government will evaluate the extent to which the offeror's proposed staffing approach will lead to successful performance of this effort, and the extent to which the offeror's proposed key personnel meet or exceed the minimum requirements detailed below. Key personnel must have: • Relevant experience and certifications where required to successfully perform tasks • An active FIN-10-6 Position Designation level for a Tier 2 "Moderate Risk" position and a favorable MBI investigation, or obtain clearance for this designation level within 30 days of the contract award date. The COR will provide the appropriate forms after Solicitation award. Key Personnel proposed for ServiceNow scoped application for Customer Devices asset management and billing support tasks shall meet the following minimum experience requirements: Number of Years' required experience Within the last Experience Description 2 years 4 years Certified ServiceNow application developer 2 years 4 years Asset management functionalities within ServiceNow 2 years 4 years Web Technologies (Ajax, API's, CSS, XML, HTML, JavaScript, JSON, Web Services, etc.) 2 years 4 years Agile software development methodologies (e.g., Scrum). Factor 4: Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the Offeror has successfully completed relevant contracts in the past three years. In assessing the Offeror's past performance information, the Government will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror's past performance. NOTE -- If an Offeror does not have a history of relevant past performance, or if past performance information is not available, the Offeror will receive a neutral past performance rating. Factor 5: Price The Government will evaluate the offeror's proposed pricing to determine whether it is fair and reasonable and appropriate for the technical proposal. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http:// farsite.hill.af.mil/VFCARA.HTM. Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items 52.204-7 System for Award Management FAR Clauses: 52.202-1 Definitions 52.203-3 Gratuities 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-13 System for Award Management Maintenance 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-Commercial Items including subparagraphs 52.219-6 Notice of Total Small Business Set-Aside 52.203-6 - Restrictions on Subcontractor Sales to the Government Alternate I 52.204-10 - Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 - Protecting the Government's Interest when subcontracting with Contractor's Debarred, Suspended or proposed for Debarment 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-8 - Utilization of Small Business Concerns 52.219-13 - Notice of Set-Aside of Orders 52.219-14 - Limitations on Subcontracting 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; 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Equal Opportunity for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restriction on Certain Foreign Purchases; 52.232-30 - Installment Payments for Commercial Items 52.232-33 - Payment by Electronic Funds Transfer- System for Award Management. 52.209-5 - Certification Regarding Responsibility Matters 52.217-8 - Option to Extend Services 52.217-9 - Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within anytime during period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 2 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 52.223-6 - Drug-Free Workplace; 52.227-14 - Rights in Data-General; 52.222-25 - Affirmative Action Compliance; 52.232-1 - Payments; 52.232-8 - Discounts for Prompt Payment; 52.232-11 - Extras; 52.232-17 - Interest; 52.233-1 - Disputes; 52.233-4 - Applicable Law for Breach of Contract Claim; 52.242-13 - Bankruptcy; 52.246-25 - Limitation of Liability - Services; 52.252-2 - Clauses Incorporated by Reference; Department of Commerce Acquisition Regulation (CAR) clauses. Please view the full text of these clauses at http://www.ecfr.gov/cgi-bin/text-idx?SID=8b5f22b07c12a52e8b29841ad60f1fd9&mc=true&tpl=/ecfrbrowse/Title48/48chapter13.tpl. Commerce Acquisition Regulations (CAR) Provisions and Clauses: 1352.201-70 Contracting Officer's Authority 1352.201-72 Contracting Officer's Representative (COR) 1352.209-72 Restrictions against disclosure 1352.209-73 Compliance With The Laws 1352.209-74 Organizational Conflict of Interest 1352.237-71 Security Processing Requirements - Low Risk Contracts 1352.237-75 Key personnel 1352.215-72, Inquiries Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 12:00 pm EST, 5 calendar days from the posting date. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. 1352.233-70, Agency Protests (APR 2010) (a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Robert Cowins, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) 1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) NIST Local Clauses NIST Local Clause_04 Billing Instruction NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621. (End of clause) NIST LOCAL 07 All contractor personnel shall read and be familiar with the Computer Security Policy at NIST which can be downloaded from the NIST internal web site at http//www i.nist.gov/cio/itsd/pp_nist/policy/policy_accnuse.html. This policy is hereby incorporated by reference as if fully set forth. The Contractor and its employee(s) and agents shall abide by the terms and conditions of the policy throughout the period of performance (including any exercised option periods) of this contract. (End of clause) NIST LOCAL-53 Contract Performance During Changes in NIST Operating Status Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status: Gaithersburg Campus Operating Status Line: (301) 975-8000 (800) 437-4385 x8000 (toll free) Boulder Campus Operating Status Line:(303) 497-4000 During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management's website at www.opm.gov for the Federal Government operating status. NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer's Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed. Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/1333ND18QNB180007/listing.html)
- Record
- SN04880066-W 20180407/180405231508-7f6cacf054e8b11acc98cd787c774af1 (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 |