Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2008 FBO #2403
SOLICITATION NOTICE

R -- U.S. Measurement System Service

Notice Date
6/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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 B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB200000-8-04411
 
Archive Date
7/17/2008
 
Point of Contact
Monique Speights,, Phone: (301) 975-8855, Mario A. Checchia,, Phone: 301-975-8407
 
E-Mail Address
monique.speights@nist.gov, mario.checchia@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Combined synopsis/solicitation for P.R. NB200000-8-04411 Description: This is a combined synopsis/solicitation for commercial services prepared in Accordance with the format in FAR Parts 12 and 13. This announcement constitutes the only solicitation, quotes are being requested and a separate written solicitation will not be issued. The North American Industry Classification Code (NAICS) is 541611. This is a small business set-aside. THIS REQUIREMENT IS RESTRICTED AND ONLY SMALL BUSINESS CONTRACTORS MAY SUBMIT A QUOTE. The NIST Technology Services has a requirement for the office of The US Measurement System. Independently and not as an agent of The Government, the Contractor shall provide services in accordance with the following Performance Work Statement (PWS):. --BEGINNING OF THE PERFORMANCE WORK STATEMENT----- PERFORMANCE WORK STATEMENT for P.R. NB200000-8-04411 1. Background Information: For the past six months, the NIST, Office of the US Measurement System (USMS) has focused on creating a solid foundation for the next phase in the USMS' evolution. One of the major thrusts has been related to communications planning and implementation with key stakeholder audiences. A basic communications strategy, plan and implementation schedule have been created, and initial or pilot mechanisms launched (e.g., talks, presentations, visual aids, key conversation strategies, etc.). With early interest and support for USMS established, the need now is to deepen, expand and sustain this momentum. 2. Purpose: The purpose of this requirement is to support the NIST USMS Chief in efforts to continue work related to the communications strategy, planning, tactics and execution. Deepen and sustain the core message for the USMS office with key internal stakeholders (e.g., National Institute of Standards and Technology’s (NIST’s) Operating Unit (OU) Directors and the NIST Director's Office). Help align and narrow the information gap between senior management and the bench end users (e.g., via OU Deputy Directors, Division Chiefs and Group Leaders). Create written and online mechanisms to reinforce and expand communications with all key audiences. Continue to strengthen the NIST, USMS ability to effectively communicate with a range of audiences, both internal and outside of NIST. Ensure that the NIST, USMS beta/hub reflects and is aligned with the USMS communications strategy and "offline" tactics. 3. Contractor Requirements Specific Tasks: Task 1: USMS Strategic Plan Review and Input Review and provide input as needed on The NIST USMS strategic plan, to ensure that the communications plan fulfills the goal of reaching all internal audiences and begins to permeate NIST strategic planning practices. USMS goals are provided on http://usms.nist.gov; and the USMS strategic plan will be provided separately. Each section will be reviewed for strategic communications needs, and the communications plan will be adjusted accordingly. At least three of the recommended communications mechanisms will be tested as part of a defined pilot program. This program will be defined by NIST following the strategic plan review. Provide written and verbal input as needed. Task 2. Written Communications Mechanisms Create and help launch written communications mechanisms, including a monthly e-newsletter, website content and end-user support toolkit. These communications mechanisms will be assessed in relation to the strategic plan above E-newsletter: Provide support services to create appropriate editorial tone, content, topics and format to meet goals; develop implementation strategy and opt-in automation system; coordinate with other USMS team members as needed for successful launch; provide monthly topic ideas, content and coordination to ensure sustained implementation. Website content: work closely with website development team to provide written content (e.g., case studies, stories, compelling WIIFM-oriented descriptions, etc.); work with USMS beta hub usability team on testing and integration between "offline" communications efforts and supporting online mechanisms. End-user Toolkit: work closely with Toolkit development team as needed to help create structure and content; provide suggestions on packaging to support and enhance the Toolkit's impact and effectiveness. Task 3: Verbal/spoken Communications Mechanisms Refresh and refine (i.e., update) talks and presentations to leverage messaging developed as part of this effort. Presentation/talk coaching to help prepare for and practice new or revised approaches. This work will include practice sessions with members of the USMS team, followed by feedback and suggestions for refinement of the presentation. This process will continue until there is mutual agreement on the quality and relevancy of the presentation. A minimum of two general presentations, for two audience types (e.g. internal technical; external semi-technical) will be developed in this fashion. Input an guidance on visual aids (e.g., slide decks, figures, images) that support and reinforce the overall communications strategy. 4. Deliverables: DELIVERABLE DUE DATES: TASKSDELIVERABLEFORMATDUE DATE USMS strategic plan review and inputWritten report and verbal inputWord Document, in person meetingsAs required E-newsletter design, development and launchWritten report and verbal inputWord Documents, In person meetingsWithin 6 weeks of contract award Website content development and coordination with communications planWritten report and verbal inputWord Documents, In person meetingAs required Toolkit planning and contentWritten report and verbal inputWord Documents, In person meetingAs required Verbal Communications SupportWritten report and verbal inputIn person meetingsWithin 24 weeks of contract award 5. Period of Performance: The period of Performance shall be date of award through November 30, 2010. (1 base period of 6 months and 2 option year periods). 6. Place of Performance: Work shall be performed at the NIST Gaithersburg, Maryland Campus. 7. Government – Furnished Property, Data and/or Information: NIST Technology Services (TS) will provide access to TS Director and other relevant people involved in this process at mutually convenient times. Contractor shall meet with the NIST, USMS Chief as frequently as weekly in person or by phone based on Chief's preference. 8. Performance Requirements Summary: Required ServicesPerformance StandardAcceptable Quality Level Monitoring Method USMS strategic plan inputCommunications plan helps fulfill goal of reaching key internal audiencesUSMS becomes an Effective tool for NIST measurement Planning, needs Identification and dissemination.USMS success is spot checked through surveys on presentations at major conferences (NSCLI) Written Communications MechanismsMonthly e-newsletter is launched, meaningful web content is created and launched with early testing started.Written communications tools are useful and easy mechanisms for the USMS Chief To deploy, that engage end users to support the USMS.Feedback is requested on all content through surveys and/or verbal input and beta hub usability team input; opt-in “subscriptions” to E-newsletter increase month over a month. Verbal communications coachingNew messaging is seamlessly integrated into core presentationPresentations and talks are engaging and motivating, and effective means of achieving outreach goats. This will be measured by the number of new registrants with the USMS Measurement Knowledge Hub as a result of a particular presentation.Presentation speaker evaluations for selected talks; web-based activity (e.g. downloads or opt-ins after a talk). If further information is required about the facilities, please refer to the NIST website, www.nist.gov. Period of Performance: A six (6) month base period and two (2) one year option periods. Deliverables: (c) Strategic Plan, E-Newsletters, WCOTR: The Contracting Officer’s Technical Representative (COTR) is: to be determined, National Institute of Standards and Technology. Place of Performance: NIST 100 Bureau Drive, Gaithersburg, Maryland 20899-1640. Price Quote – The contractor shall submit the best potential fixed monthly price to provide the services of the PWS. The resulting purchase order shall be negotiated on a fixed price basis. The award shall be made on a best value basis. The best value evaluation factors while relatively equal are listed in order of importance, include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-16. The provisions and clauses may be downloaded at http://www.acqnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52,212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data – General; 52.217-9 Option to Extend the Term of the Contract and FAR 52.217-8 Option To Extend Services and other appropriate clauses as needed. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the above Performance Work Statement “NIST, Office of the US Measurement System’s Strategic Plan.” ` Please provide an electric response addressed to Monique Speights, Purchasing Agent, National Institute of Standards and Technology, 100 Bureau Drive, Stop 1640 Gaithersburg, Maryland 20899-1640, monique.speights@nist.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The quote shall include the letter of transmittal, shall be limited to twenty(20) single sided pages. Submit quotes arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance for relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required technical consulting services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NIST's receipt of quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=27b9ac64597138ec87e4db61a24ae68f&tab=core&_cview=1)
 
Place of Performance
Address: National Institute Of Standards and Technology, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01599145-W 20080625/080623220054-27b9ac64597138ec87e4db61a24ae68f (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.