Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2018 FBO #6189
MODIFICATION

R -- Administrative Support Services for the NIST Childcare Subsidy Program - Amendment 1

Notice Date
11/1/2018
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting 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
1333ND18QNB170519
 
Archive Date
9/29/2018
 
Point of Contact
Latish Walker, Phone: 3019750474, Don Graham, Phone: 3019758567
 
E-Mail Address
latish.walker@nist.gov, Donald.Graham@NIST.gov
(latish.walker@nist.gov, Donald.Graham@NIST.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amended Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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; quotes are being requested and a separate written solicitation will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. Solicitation documents and incorporated provisions and clauses are those in effect through FAR Circular 2005-100, dated 8-22-2018. Solicitation 1333ND18QNB170519, Administrative Support Services for the Child Care Subsidy Program, is issued as a Request for Quote (RFQ). The requirement is a total small business set-aside. The NAICS is 541611 - Administrative Management and General Management Consulting Services. The small business size standard for this NAICS is $15M. All prospective contractors must be registered in the System for Award Management (www.sam.gov). This is a firm fixed price Purchase Order for the National Institute of Standards and Technology (NIST) in accordance with attached Statement of Work (SOW) for Administrative Services for the Child Care Subsidy Program. EVALUATION CRITERIA AND BASIS FOR AWARD: The Government intends to award a purchase order, resulting from this solicitation to the responsible contractor whose quotation, conforming to the solicitation, results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: a)Technical Approach b)Compliance with FISMA Law c)Experience d)Past Performance e)Price Technical and past performance, when combined, are more important than price. Price, will become more important as non-price factors become more equal. While the Government anticipates award to the responsible contractor(s) whose quote(s) provide the overall best value to the Government, no award will be made based on technical capability when the proposed price is considered unreasonably high. Please Note: Quotes containing exceptions, qualifications, conditions, assumptions or any other deviations from the solicitation shall be considered non-responsive and will be rejected by the Government and not considered for award. The Government reserves the right not to make an award as a result of this competition if it is in the opinion of the Government that none of the submissions will provide acceptable performance at a price that is considered fair and reasonable and/or economically feasible. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. Technical Approach: This Factor will be evaluated as a measure of merit and the Government's confidence. The Government will evaluate the contractor's technical approach for delivering high quality services as defined in the SOW. The Government will specifically evaluate the extent to which the contractor presents their technical approach. Compliance with FISMA: The Government will also evaluate the extent to which the contractor complies with FISMA Law. Past Experience: Experience in providing similar Child Care Subsidy Program Support Services. Past Performance: Evaluation of Past Performance shall be based on the references provided and/or the contractor's recent and relevant procurement history with NIST, its affiliates, and/or other relevant references. Past performance evaluation shall determine the overall quality of the services and end products provided by the Contractor. Contractors with no relevant past performance shall receive a neutral rating. Price: The total evaluated price is the sum of the total prices submitted for the base period, all option periods Price will not be scored or receive an adjectival rating. Price will be evaluated in accordance with FAR 13.106-3(a). REQUIRED SUBMISSIONS: 1.Technical Approach: Vendors shall describe how they will meet the requirements as stated in this solicitation. The contractor shall provide the management plan and technical response to the requirements contained in the SOW. This portion of the volume shall address the SOW requirements sequentially and shall demonstrate the Contractor's approach to perform all SOW requirements. Restating the SOW requirements will not be accepted as a demonstration of a Contractor's approach. Contractors shall provide the following: (1) the planned technical approach that will be utilized to accomplish all the tasks in the enclosed SOW, (2)the technical approach should clearly demonstrate the contractor's understanding and technical capability to successfully perform all SOW requirements. 2. Evidence Of Compliance With Fisma Law: The contemplated work requires the Contractor to access and manage personally identifiable information (PII) that will be transmitted and stored electronically and/or in hard copy. At the time of award, or within 30 days from the date of award, the Contractor must be compliant with Federal Information Security Management Act (FISMA), Public Law (P.L.) 107-347, specifically, NIST Special Publication 800-53, Security and Privacy Controls for Federal Information Systems and Organizations. Such compliance ensures that appropriate security requirements and security controls are applied to all information and information systems utilized under any federal government contract. An organizational assessment of risk validates the initial security control selection and determines if additional controls are needed to protect organizational operations (including mission, functions, image, or reputation), organizational assets, individuals, other organizations, or the Nation. Reference https://nvlpubs.nist.gov/nistpubs/SpecialPublications/NIST.SP.800-53r4.pdf Compliance with FISMA law can be demonstrated through a moderate level FedRAMP authorization (including the associated documentation of an authorized FedRAMP security and privacy controls package), or an Authorization to Operate (ATO) letter issued by a Federal Government agency, with the ability to review that agency's package, or documentation of the results from a recent third party/independent IT security controls assessment that provides the equivalent to 800-53 moderate controls, as proof of evidence that the Contractor has been assessed and authorized at the moderate level. It is noted that this requirement flows down to any subcontractor that will have access to PII as a part of their required responsibilities. Submission of this this documentation will be subject to review, comment by authorized NIST personnel, as well as Contractor action taken in response to NIST's comments. The Contractor cannot perform the required work that requires handling PII until an ATO at a moderate level has been granted by NIST. 3.Past Experience: Proof of quoter's prior experience in providing similar services to Federal customers within the last three (3) years (quoters must provide customer contact information). Documented evidence supporting the contractor's background and experience in working childcare subsidy programs or similar administrative requirements that involve federal employee PII. This documentation should support a government finding that the contractor's experience is adequate to perform all of the requirements set forth in the statement of work. 4.Past Performance: Past performance information for relevant contracts, over the past three years, with federal, state, or local governments, and/or commercial customers. If the contractor intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the firm has no relevant past performance, it shall include a statement to that effect in its proposal. The Government reserves the right to consider data obtained from sources other than those described by the contractor in their quotation. a.The description of each contract described in this section shall not exceed one-half page in length. For each contract, the contractor shall provide the following information: Contract number Description and relevance to solicitation requirements include dollar value Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. Problems Encountered - include information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. 5.Price: Deliverables: Contractors shall provide pricing for the following line items. CLIN 001: Base Period - One year of Administrative Support Services for the NIST Childcare Subsidy Program. CLIN 002: One year Fixed amount for NIST Childcare Subsidy $150,000.00 CLIN 002: Option Period One: - One year of Administrative Support Services for the NIST Childcare Subsidy Program. CLIN 004: Option Period Two: One year Fixed amount for NIST Childcare Subsidy $150,000.00 6.Contractors must have an active registration at the System for Award Management (SAM) (www.SAM.gov) to receive an award. Contractors shall provide an active DUNS # for SAM registration. 7.Contractors shall include a completed copy of the attached provision, "Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015)" with their quotation; The Contractor's business size in accordance with the NAICS code and size standard identified herein; The country of origin for the quoted equipment. 8.This Combined Synopsis/Solicitation, includes the terms and conditions that are set forth herein (see Applicable Clauses & Provisions). If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor 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:" [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. 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 quotation 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 Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Latish Walker, Contract Specialist at Latish.Walker@nist.gov. Submission must be received not later than 3:00 p.m. Eastern Time on Wednesday, November 7, 2018. A quotation shall be considered received when it is received in the electronic inbox of Latish Walker not later than the date and time identified herein. All questions regarding this notice must be submitted via email Latish.Walker@nist.gov by 11:00 a.m. Eastern Time on Monday, November 5, 2018. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/. Attachments: Attachment #1 - Statement of Work Attachment #2 - Provisions and Clauses Attachment #3: NIST Child Care Subsidy Program Business Case Analysis. This document is provided as information on the CCSP program and sets forth the eligibility requirements for NIST personnel Attachment #4- Child Care Subsidy Program Application Requirements. The application for the NIST employee must include all of the fields listed on the OPM-1643 form. Attachment #5- Child Care Provider Form Requirements. This attachment includes the minimum information that must be obtained from the employee's child care center, and must include all information listed on the OPM-1644 form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/1333ND18QNB170519/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN05140865-W 20181103/181101230853-5c6414f69a5604558f66d587a7e06df1 (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.