Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2013 FBO #4297
SOLICITATION NOTICE

R -- Disaster Resilience Standards Panel and Framework - Statement of Work (SOW)

Notice Date
8/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering 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
SB1341-13-RQ-0759
 
Archive Date
9/28/2013
 
Point of Contact
Abdul-Kudus, Phone: 3019758497, Mimi Robinson, Phone: 301-975-3696
 
E-Mail Address
abdul-kudus.yahaya@nist.gov, mimi.robinson@nist.gov
(abdul-kudus.yahaya@nist.gov, mimi.robinson@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work (SOW) 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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with size standard is $14.0 Million. The Government requires all contractors doing business with the government to be registered with the System for Award Management (SAM). For additional information and to register in SAM, please access the following website: https://www.sam.gov/portal/public/SAM/. Award will not be made to any contractor that is not registered in SAM. This acquisition is being procured as full and open without restriction. The Government anticipates awarding a single Firm-Fixed-Price Multi-Year (Two Years) Contract. Background: The National Institute of Standards and Technology (NIST) will provide federal leadership to convene a Disaster Resilience Standards Panel (DRSP) to develop an overarching community-centric resilience framework and associated model guidelines for critical buildings and infrastructure based on a cross-sector, all-hazards approach. The panel-a public-private partnership-will bring together diverse stakeholder interests, including planners, designers, and contractors; facility owners, managers, and users; local, state, and federal officials; standards and model code development organizations; insurers and re-insurers; industry and professional organizations; and academic experts. The resulting framework and guidelines will inform the development of private sector standards and codes to achieve resilience of the built environment, where resilience performance is the ability to withstand, respond to, and recover quickly from a disruptive hazard event. Please reference the attached Statement of Work (SOW) for specific details and information regarding the requirements of this solicitation. PROPOSAL INSTRUCTIONS Offerors shall examine and follow all instructions. Failure to do so will be at the Offeror's own risk. General 1. Offerors shall furnish the proposal in two separate volumes, Technical (Volume I) and Pricing (Volume II) in the quantities specified below. Each volume shall be complete in itself in order that evaluation of one volume may be accomplished independently of, and concurrently with, evaluation of the other. 2. The page limit for the entire proposal combined is thirty (30) pages, excluding resumes, cover letter and executive summary; any pages beyond the 30th page will not be evaluated. 3. The Offeror shall submit its proposal no later than the due date and time specified in this solicitation. Overall Arrangement of Proposal 1. VOLUME I - TECHNICAL VOLUME A. Volume I consists of the actual offer to enter into a contract to perform the desired work. It also includes required representations, certifications, and acknowledgments; justifications for noncompetitive proposed subcontracts; identification of technical data to be withheld; and any other administrative information. Volume I also shall consists of the Offeror's response to the technical and management aspects of the acquisition. It shall indicate your organization's capabilities and the means that the Offeror intends to use to satisfy the requirements of this solicitation. The quote shsll provide straightforward, concise delineation of what it is you will do to satisfy the requirements of Solicitation. The proposal shall not merely offer to perform the work in accordance with the Statement of Work, but shall outline the approach proposed as specifically as practicable. A proposal that includes a mere repetition of the Solicitation will not be considered further for award. B. Format and Content. Volume I shall include the following: (B.1) Management Section (i) The solicitation number; (ii) The name of the company, DUNS number, Cage Code address, and telephone and facsimile numbers of the Offeror (and electronic address if available); (iii) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the Offeror's behalf with the Government in connection with this solicitation if applicable; (iv) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office; and (v) Any other business or administrative information that the Offeror wishes to include in its proposal. (B.2) Technical Section (i) The Technical portion of Volume I shall not exceed 30 pages, single sided, single spaced, using Times New Roman 12 Point Font. The 10 page limitation is exclusive of tables and figures, resumes and related experience and past performance. Resumes shall be limited to 3 pages per person. Project descriptions for experience and past performance shall be limited to ½ page per project. Information on publications and research shall be limited to 3 pages. An executive summary can be included, but will not be evaluated and does not count toward the 10 page limitation. (ii) Format shall include: (a) Table of Contents (b) List of Tables and Figures (c) Technical. The technical solution section should be the major portion of Volume I. It shall include four separate parts ((1), (2), (3) and (4) below). The Offeror shall confine information pertaining to each part to its appropriate part. 1. Technical Capability and Management Approach: The Offeror shall identify in its technical capabilities and how these capabilities can successfully support this requirement in a timely manner. Technical Capabilities: The Offeror shall describe the technical approach that will be used to support the organization and convening of the Disaster Resilience Standards Panel, coordination with the NIST, and the development of the Disaster Resilience Framework and Model Resilience Guideline. The Technical Approach should clearly state the staffing plan to meet the administrative support requirements to convene the Disaster Resilience Standards Panel, logistical support for the panel, and plan for meeting the report requirements. The Offeror shall also clearly describe the approach for staffing the technical support tasks, how the Offeror will work with the Disaster Resilience Standards Panel to collect data and information from the Panel and its sub-committees to prepare the Disaster Resilience Framework and the Model Resilience Guideline. 2. Management Approach: The Offeror shall describe how it intends to manage its efforts to perform the requirements articulated in the solicitation within the required timeframe. Evidence of specific methods and techniques for completing each of the three (3) discrete tasks, to include such items as schedule adherence. Small Business Subcontracting Plan: Offerors shall propose an acceptable small business subcontracting plan in order to be eligible for contract award. This requirement does not apply to small business or small disadvantaged business Offerors. To the extent the Offeror will be subcontracting any portion of its effort under the contract; it shall describe its experience working with its proposed subcontractors on efforts similar to those required by the Statement of Work. 3. Staffing Plan/Key Personnel: The Government anticipates two (2) Full Time Employee at a labor category(s) equivalent to: (i) Program Manager/Technical Lead (Key Personnel (ii) Senior Engineer The Offeror may propose a labor category(s) and not to exceed hour(s) for the labor category(s), applicable to their proposal, that is different from than the Government anticipation. If an alternate labor mix is quoted, Contractor shall provide an explanation as to how the government will benefit from the alternate labor mix. (Note: This information will be used solely for evaluation of labor mix and overall price) (Key The offeror shall provide a complete staffing plan with an accompanying organizational chart. The staffing plan shall identify the offeror's proposed labor categories, describe the skills and experience required for each category, identify the number of labor hours proposed for each labor category, and thoroughly describe the rationale for the proposed labor mix. The Government estimates but does not guarantee that 1,920 contractor labor-hours may be required to perform the base period requirements. The organizational chart shall identify who the offeror will assign to the contract, their roles and responsibilities, the lines of authority, lines of communication, both within the contractor' s organization also within the Government and each person's current employer. The Offeror shall provide resumes for two key personnel proposed to meet the requirement. The Key Personnel, at a minimum shall include the following: Program Manager/Technical Lead and Senior Engineer. The resumes shall include their name, current employer, relevant education, relevant capabilities and experience, and their current country of citizenship. Information shall include the responsibilities of each Key Personnel in relationship to support this requirement. The offeror shall propose additional personnel as deemed appropriate to meet the requirements of this Statement of Work. Program Manager/Technical Lead: Must have demonstrated experience leading and managing programs of significant scope and complexity, preferably involving convening large groups of diverse stakeholders to produce high-impact products. Technical knowledge and experience in disaster resilience or a related field is required. Experience in working with standards and code development organizations is desirable but not required. Program Manager/Technical Lead shall also have demonstrated experience supervising technical/administrative teams to meet program requirements. The program manager shall have at least 15 years of program management experience with a demonstrated record of responsibility for projects of increasing technical complexity and scope. Senior Engineer: The Senior Engineer must possess a minimum of 15 years of experience conducting research and working with large, diverse groups of stakeholders to produce technical products with significant impact. The Senior Engineer shall have experience leading to development of technology roadmaps, frameworks, or similar documents. The Senior Engineer shall also have experience working with standards and code development organizations. The Senior Engineer shall have direct experience in the field of disaster resilience or a closely related engineering field. 4) Past Performance: The Offeror shall provide contact information for three (3) references for past-performance for work performed within the last five (5) years with federal, state or local governments and commercial customers. The past performance references should be for projects of similar scope and complexity as the requirement herein. If the offer intends to use subcontractor(s) for part of this requirement, then the Offeror shall also provide that organization's past performance information. If the Offeror and, if applicable, its subcontractor(s) has no relevant past performance information, it should include a statement to that effect in its proposal. For each of the past performance information contracts, the Offeror shall provide the following information: Contract/Order Number; Contract type utilized (e.g., fixed-price, time-and-materials, labor-hour, cost-reimbursement); Description and relevance to solicitation requirements; Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract ( If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR)); Total dollar value of contract, including options, if any; Information regarding any problems encountered on the contract and corrective actions taken to resolve those problems. (B.3) Complete and submit Representations and Certifications (FAR 52.212-3) or a written confirmation that Representations and Certifications are current in https://www.sam.gov/portal/public/SAM/ 2. VOLUME II - PRICING VOLUME The offeror shall propose a price for each Contract Line Item Number (CLIN) for Task 1, Task 2 and Task 3. The offeror shall also provide a detailed breakdown that shows how those price were derived and shall be based on the Offeror's proposal Volume I and solicitation requirements. The detailed breakdown shall include: A. labor categories B. labor rates (burdened) C. number of hours per labor category A firm fixed price payment schedule that details the total firm-fixed-price per billing period for the entire period of performance of this requirement, with the total amount matching the firm-fixed-price proposed by the contractor. (Example price per month for a period of year.) PROPOSAL SUBMISSION All proposals must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on September 13, 2013. E-mail proposals shall not be deemed received until the proposal is entered in the e-mail inbox of Abdu-Kudus Yahaya at abdul-kudus.yahaya@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Abdul-Kudus Yahaya, Contract Specialist, at abdul-kudus.yahaya@nist.gov no later than September 5, 2013 at 2:00PM Eastern Time. Primary Point of Contact: Abdul-Kudus Yahaya abdul-kudus.yahaya@nist.gov Phone: 301-975-8497 Secondary Point of Contact: MiMi Robinson Contracting Officer mimi.robinson@nist.gov Phone: 301-975-3696 BASIS FOR AWARD Best Value, with the following criteria: Factor 1 - Technical Solution, Factor 2 - Past Performance, and Factor 3 - Price. All evaluation factors other than price both individual and when combined, are considered more important than price. However, the Government will not select an offeror for award on the basis of technical merit without concern of its price. The degree of importance of price as an evaluation factor will increase with the degree of equality in the technical merits of the proposals. Note: FAR Clause 52.217-8 is included in the RFQ and will be in the subsequent award. As such, the Government will evaluate the pricing for the options period for award. The pricing that will be evaluated will be for the same amount as base period. This evaluation does not obligate the Government to actually exercise the option as in clause 52.217-8. TERMS AND CONDITIONS: 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html. 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: 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 52.219-16, Liquidated Damages-Subcontracting Plan; 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; 52.222-41 Service Contract Act of 1965; 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; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.227-17 Rights in Data-Special Works 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34, FOB Destination; and The following CAR clauses: (https://www.federalregister.gov/articles/2010/03/08/2010-4132/commerce-acquisition-regulation-car#h-372) 1352.201-70 Contracting Officer's Authority; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest; 1352.237-73 Foreign national visitor and guest access to departmental resources; 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) 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. NOTE: The Government does not anticipate any position being proposed to be under the Service Contract Act (SCA) of 1965. However, should your proposal include any of the labor categories covered under the SCA, the Applicable Service Contract Act Wage Determination information is as follows: Wage Determination No.: 2005-2103 Revision No.: 13 Date of Revision: 06/19/2013 If this is applicable to proposal, identify the labor category or categories.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0759/listing.html)
 
Record
SN03166822-W 20130830/130829001003-f1e3aba51ad401f7badae9ed72be5d88 (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.