SOLICITATION NOTICE
D -- Emergency Notification System - Statement of Work - Past Performanc Questionnaire
- Notice Date
- 3/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related 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
- SB1341-11-RQ-0123
- Archive Date
- 5/14/2011
- Point of Contact
- Divya Soni, Phone: 3019756394
- E-Mail Address
-
divya.soni@nist.gov
(divya.soni@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Please see attached Past Performance Questionnaire. Please review for requirements. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 13, Simplified Acquisition Procedures, are being utilized for this acquisition. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 518210. This requirement will be set aside for small businesses under the corresponding small business size standard of $25 million. The Government anticipates a fixed price type purchase order. APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION: The following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222.19, 522.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. 52.217-8 52.217-9 All provisions and clauses can be viewed at http://acquisition.gov/comp/far/index.html. The following standards of Section 508 of the Rehabilitation Act of 1973 apply to this requirement: 1194.21, 1194.22, 1194.23, 1194.25, 1194.26, 1194.31, and 1194.41. Description of Requirement: The National Institute of Standards and Technology's (NIST) Emergency Services Division (ESD) plans, organizes, directs, and controls all of NIST's emergency services, fire and police services, and physical security activities. ESD has a requirement for an emergency notification system that is available (24 hours a day/7 days a week/365 days a year and is a Certified and Accredited (C&A) Risk Management Framework (RMF) IT system according to NIST Special Publications SP 800-53, Revision 3, SP 800-37, SP 800-30 and NIST SP 800-18; all located at: http://csrc.nist.gov/publications/PubsSPs.html). The contractor shall be responsible for providing a system that meets all of the requirements in the attached Statement of Work, for a base six-month period and four one-year option periods. SUBMISSION AND EVALUATION Quotation Submission Instructions: The Offeror shall include the following information in its open market quotation, organized as indicated below. a. Technical approach: The Offeror shall submit a detailed description of an emergency notification system which meets the requirements detailed in the attached Statement of Work. Technical approach shall include any relevant information regarding the proposed system and how it meets all requirements. Documentation detailing the technical approach for this requirement shall not exceed ten pages in length. b. Ability to meet federal requirements for Certification and Accreditation (C&A) of IT Systems: The proposed system must already meet federal C&A requirements when the Offeror submits a quotation. The Offeror shall submit documentation from a federal agency indicating that the proposed system meets C&A requirements (Federal agencies are mandated to follow NIST guidelines for IT Security of IT Systems). c. Past Performance: The Offeror shall submit a completed Past Performance Information Questionnaire (the required format is attached separately) for similar contracts/orders for which the Offeror has performed as a prime Contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past three years by governmental entities (federal, state, or local) or by nongovernmental entities. The Offeror shall submit Part I of the questionnaire with its quotation. The Offeror should have its references submit Part II of the questionnaire according to the instructions contained therein. d. Cost/Price: The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror shall specify the fixed price for each Contract Line Item (CLIN) below: CLIN 0001: Emergency Notification System in accordance with the attached Statement of Work Base period: July 5, 2011 - January 4, 2012 CLIN 0002: Emergency Notification System in accordance with the attached Statement of Work Option Period One: January 5, 2012 - January 4, 2013 CLIN 0003: Emergency Notification System in accordance with the attached Statement of Work Option Period Two: January 5, 2013 - January 4, 2014 CLIN 0004: Emergency Notification System in accordance with the attached Statement of Work Option Period Three: January 5, 2014 - January 4, 2015 CLIN 0005: Emergency Notification System in accordance with the attached Statement of Work Option Period Four: January 5, 2015 - January 4, 2016 All questions regarding this solicitation shall be submitted to divya.soni@nist.gov. The email should reference the solicitation number. The Offeror shall submit its quotation by email so that it is received at divya.soni@nist.gov no later than April 29, 2011 at 04:00 p.m. Eastern Time. EVALUATION FACTORS FOR AWARD: The Government intends to use a tradeoff process to award a purchase order to the responsible Offeror whose proposal represents the best value to the Government, evaluated 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 on the non-price evaluation factors if the contracting officer determines that to do so would result in the best value to the Government. Upon receipt of proposals, the contracting officer will review them to determine if each offeror followed all of the proposal preparation instructions in this solicitation. A proposal that did not follow the proposal submission instructions may be deemed unacceptable and may not be further evaluated. Each proposal will be evaluated against the factors described below. Evaluation Factors: A. Technical Approach: The Government will evaluate the Offeror's technical approach to determine whether the Offeror's proposed system meets all requirements detailed in the attached Statement of Work. B. Ability to meet federal requirements for Certification and Accreditation (C&A) of IT Systems: The Government will evaluate the Offeror's ability to meet federal C&A requirements. The Offeror must meet federal C&A requirements prior to submitting a proposal to NIST. C. Past Performance: The Government will evaluate the Offeror's past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the Offeror has successfully completed relevant contracts in the past three years. The Government will assign a neutral rating to Offerors with no relevant past performance information within the past three years or for which past performance information was reasonably unavailable. The Government may also obtain past performance information from sources other than those provided by the Offeror in its quotation to complete its evaluation of this factor. D. Evaluated Price/Cost: The Government shall evaluate the reasonableness of the offerors' proposed price of the overall solution. The evaluation factors are listed in descending order of importance. Together, Factors A, B, and C are more important than factor D. The importance of Factor D will increase with the degree of equality among quotations in the non-price factors. The Government intends to evaluate quotations and award a purchase order without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quotation should contain the offeror's best terms from a cost/price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0123/listing.html)
- Record
- SN02399068-W 20110313/110311234458-089285a403d7af0ef37966a931cc5649 (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 |