Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOLICITATION NOTICE

R -- NB480000-12-02969 Geographic Information Software - Combined Synopsis Solicitation NB480000-12-02969

Notice Date
8/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB480000-12-02969
 
Archive Date
10/31/2012
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation NB480000-12-02969 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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 The associated North American Industrial Classification System (NAICS) code for this procurement is 511210, with size standard of $14M. The Manufacturing Extension Partnership Program (MEP) at the National Institute of Standards and Technology (NIST) requires a Geographic Information Software (GIS). MEP is in the process of informing partners, superiors, Congress and other stakeholders of the impact and importance of the program. This GIS will allow MEP to better communicate with the stakeholders. All interested Contractors shall provide a firm fixed price quote for the following: Line item 0001: Quantity three (3) each, Geographic Information Software that must meet or exceed the following minimum specifications: Specifications / Criteria Minimum Rated higher if contractor can... The tool must be web-based rather than desktop-based Web-based (Software-as-a-service (SAAS) delivery) or desktop Web-based (Software-as-a-service (SAAS) delivery). Licensure Individual licenses in bulk (at least 5 users in Gaithersburg, MD) Data Integration Allows integration of MEP data in various formats with existing program Uploading format. Import CSV files with addresses or x,y locations; DGN, GEOJSON, GML, SHP, TAB formats. Any additional formats. Please specify Geocoding Ability to translate latitude and longitudinal coordinates into street addresses. Data Updates At least once per year Semi-annual or Quarterly updates available Data Outputs Ability to sort, rank, download, and print various data outputs/reports. Generate reports in CSV, HTML, PDF, RTF, XLS formats. Customizable output/report screens and views. Allow to add corporate graphics, edit existing features, or draw new ones. Ability to add attributes to an existing layer. User can create their own front page/splash screen / dashboard Templates provided for manufacturing-specific output reports Geographic Information System Ability to develop thematic maps based on rates of manufacturing density Ability to plot specific locations of manufacturers in general and MEP clients specifically as an overlay onto thematic maps of many various types OS Compatibility Microsoft or MAC Hardware Compatibility Must be compatible with all existing technology. Additional Security Requirements: FISMA approval (SaaS Only) Vendor has completed required security control implementation and independent security testing and is approved to operate at the FISMA Low Level.* Vendor has completed required security control implementation and independent security testing and is approved to operate at the FISMA Moderate Level.* Data isolation (SaaS Only) SaaS environment isolates MEP's data from other customer's data. User authentication required Uses TLS/SSL to authenticate users. Passwords are encrypted at rest using FIPS 140-2 Validated encryption method. Database access control Enforces role-based access restrictions to data and functions. Does not allow users to directly access the database. Application user credentials cannot be used as database access credentials. Audit logging capability Maintains an audit log of all data edits. Line item 0002: Quantity twelve (12) Monthly maintenance fee associated with the purchase of software. Delivery Terms Delivery terms shall be FOB Destination, and take place in accordance with Contractor's commercial schedule. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Technical Evaluation Criteria Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate the offeror's quote and award to the lowest priced, technically acceptable offeror. Quotation Submission Instructions All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description, specifications, and/or product literature; and 3) the most recent published price list(s) with quoted item(s) highlighted. This is an Open-Market Combined Synopsis/Solicitation for item(s) as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror 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: Offeror shall list exception(s) and rationale for the exception(s) 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 an offeror 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 offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on September 10, 2012. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 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 including subparagraphs: 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB480000-12-02969/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02865285-W 20120902/120901000841-2f37deb05a73e1a3800c28ba629a9164 (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.