SOLICITATION NOTICE
D -- Migration of UCEF Platform - Statement of Work
- Notice Date
- 8/10/2018
- 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
- 1333ND18QNB730252
- Archive Date
- 8/23/2018
- Point of Contact
- Prateema E. Carvajal, Phone: 301-975-4390
- E-Mail Address
-
prateema.carvajal@nist.gov
(prateema.carvajal@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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION UNDER FAR PART 13. The associated North American Industrial Classification System (NAICS) code for this procurement is 541511-Custom Computer Programming, with a small business size standard of $27.5 M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. This is a 100% small business set aside. SCHDULE OF REQUIRED ITEMS: CLIN 0001: Task 1 through Task 6 of the Statement of Work (SOW). The Contractor shall provide Migration of Universal Cyber Physical System Environment Federation (UCEF) Platform to use Portico 2.2.0 in accordance with the attached SOW. CLIN 0002: Optional CLIN Separately Priced, Task 7 and Task 8 The Contractor shall provide Migration of Universal Cyber Physical System Environment Federation (UCEF) Platform to use Portico 2.2.0 in accordance with the attached SOW. CLIN 0003: Optional CLIN, Separately Priced, Task 9 and Task 10 The Contractor shall provide Migration of Universal Cyber Physical System Environment Federation (UCEF) Platform to use Portico 2.2.0 in accordance with the attached SOW. 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 FAR Clauses: 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: 52.204-10 Reporting Executive compensation and First Tier subcontracts 52.209-6 Protecting the Governments interest when subcontracting with Contractors Debarred, suspended, or Proposed for Debarment 52.219-13 Notice of Set Aside Orders 52.219-28 Post Award Small Business Program Re-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 Equal Opportunity for Workers with Disabilities; 52.222-50 52.223-18 Combating Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.217-5 Evaluation of Options 52.217-7 Option for increased Quantity -Separately Price Line Item 52.217-8 Option to Extend Services 52.217-9 Option to Extend Term of Contract Commerce Acquisition Regulations (CAR) Clauses: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance With the Laws 1352.209-74, Organizational Conflict of Interest 1352.215-72, Inquiries Offerors shall submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than August 10, 2018, 12:00 pm. 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: ABDUL KUDUS-YAHAYA, 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-54 ELECTRONIC BILLING INSTRUCTIONS NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. Addendum to Far 52.212-1, Quotation Preparation Instructions: 1. Price Quotation- The Offeror shall propose a firm-fixed-price for all Line Item(s). 2. Technical Quotation- All quotations shall clearly comply with the Schedule of Required Items. 3. All offerors shall submit the information/documentation required by the provisions in this solicitation. INSTRUCTIONS TO OFFERORS: The Offeror's quotation shall contain two separate volumes: Technical and Price. There shall be no pricing information within the Technical Volume. The Technical Volume shall clearly distinguish between the different sections required by the Government, as described below. Overall Arrangement of Quotation Technical Quotation (Volume I) - No pricing information shall be included in the technical quotation. The Technical Quotation shall include the following section(s): Technical Approach: The technical quotation shall demonstrate that the Offeror clearly understands the requirements detailed in the SOW, and shall contain a statement that the Offeror understands and will comply with all requirements detailed in the SOW. The Offeror shall describe the technical approach that will be used to perform this requirement efficiently and effectively and to fully describe its approach in providing the services identified in the attached Statement of Work. Key Personnel: The technical quotation shall describe the Offeror's proposed Staffing Plan and Key Personnel for performance of the SOW requirements, and shall provide at a minimum: The resume of the offeror's proposed key personnel to determine the extent to which they have performed work similar to the current requirement; and the extent to which their education, training, qualifications and experience indicate that they will successfully perform the roles for which they are proposed. This includes: • An intimate knowledge of IEEE 1516 HLA Evolved and the architecture and design of Portico. • Experience in Java and C++ development • Experience in development and source control on GitHub Past Performance The offeror shall provide at least three examples of past performance completed or substantially completed within the last three years of contracts for 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, the offerors will receive a neutral rating and should include a statement to that effect in its proposal. The Government reserves the right to consider past performance data obtained from sources other than those provided by the offeror in its proposal. For each of the contracts, the offeror shall provide the following information: a. Name of Contracting Activity b. Contract Number & Task order Number, if applicable c. Contract Type d. Total Contract Value e. Brief Contract Description - No more than ¼ page each. f. Contracting Officer Name and Telephone g. Program Manager and Telephone 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. Business/Pricing Quotation (Volume II) Price - The offeror shall propose a firm fixed price for all CLINs, for all work of the SOW. Additionally, offerors shall provide a breakdown showing how they derived their proposed price for CLIN 0001. The Government will award a Purchase Order resulting from this solicitation to the responsible offeror whose quotation represents the best value to the Government, non-price and price factors considered. NIST reserves the right to make award to other than the lowest-priced offeror or the offeror ranked highest technically, if it determines that to do so would result in the best value to the Government. An offerors failure to address any factors may be considered indicative of the offerors lack of understanding of the Government's requirements and may result in the offer being determined unacceptable. EVALUATION FACTORS FOR AWARD: The Government intends to use the tradeoff method to award a single, firm-fixed price Purchase Order resulting from this solicitation to the responsible offeror whose quotation results in the best value to the Government, non-price and price factors considered. NIST reserves the right to make award to other than the lowest-priced offeror or to the offeror ranked highest technically, if it determines that to do so would result in the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Approach 2) Key Personnel 3) Past Performance 4) Price The Government will evaluate Technical Approach, Key Personnel, Past Performance, and Price. Technical Approach, Key Personnel and Past Performance are equal in importance. The non-factors are both individually and when combined more important than to price. Factor 1: Technical Approach The Government will evaluate the offeror's technical approach and capability to assess the offeror's ability to perform the services listed in the SOW and to determine its overall understanding of the requirements to the extent which its proposed approach will ensure successful performance of this effort. Factor 2: Key Personnel The Government will evaluate the extent to which the offeror's proposed personnel will lead to successful performance of this purchase order, and the extent to which the offeror's proposed key personnel meet or exceed the minimum requirements. Factor 3: 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 five years. In assessing the Offeror's past performance information, NIST 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. The Government will assign a neutral rating if the Offeror has no relevant past performance information. NOTE -- If an Offeror does not have a history of relevant contract experience, or if past performance information is not available, the Offeror will receive a neutral past performance rating. Factor 4: Price Price will be evaluated for reasonableness. Your company is encouraged to discount its rates. If price discounts are offered, identify the percentage of price discount and/or price reduction offered. The Government does not intend to enter into discussion and may award a purchase order on the basis of initial offers received, without discussions. Therefore, each initial quotation shall contain the offeror's best terms. Nonetheless, the Government reserves the right to conduct discussions if it is in the best interest of the Government. Due Date and Response Information Offerors capable of furnishing the specified repair in this combined synopsis/solicitation should submit their quote in writing to: Prateema Carvajal electronically at prateema.carvajal@nist.gov. FAX quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than August 17, 2018, 8:00 am, EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/1333ND18QNB730252/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN05032619-W 20180812/180810231337-3f889e4e165d9b5828371f72678583e2 (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 |