Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2013 FBO #4304
SOLICITATION NOTICE

R -- NB182000-13-04061 ServiceNow Administrator/Developer - Statement of Work (SOW) - Past Performance Questionnaire

Notice Date
9/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design 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
NB182000-13-04061
 
Archive Date
10/1/2013
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Mimi Robinson, Phone: 301-975-3696
 
E-Mail Address
willie.lu@nist.gov, mimi.robinson@nist.gov
(willie.lu@nist.gov, mimi.robinson@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire 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 Proposal (RFP). 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 541512, with size standard of $25.5M. This acquisition is being procured as a total small business set-aside. BACKGROUND One of the missions of the Office of Information Systems Management (OISM) is to strengthen the research programs at the National Institute of Standards and Technology (NIST) through the effective, efficient and secure utilization of Information Technology (IT). The organization has adopted the Information Technology Infrastructure Library (ITIL) Service Management framework for the delivery of services. ITIL is about delivering a set of services to the business customer through a descriptive framework of the service lifecycle and the associated processes that enable information technology organizations to develop the right people skills in a culture of service excellence. To provide this Service Management framework, lifecycle, and collection of processes, NIST has deployed ServiceNow, which is a Service Management and Automation suite that is provided as a cloud based Software as a Service (SaaS). NIST is seeking contracted support services to provide Service-Now administrative and development services "Brand Name Only" Justification: All line items are BRAND NAME ONLY requirement. This brand name product is required because it is the only brand that meets the agency's needs. The Justification for Other than Full and Open Competition (JOFOC) is included in this Combined Synopsis Solicitation Please reference the attached Statement of Work (SOW) for specific details and information regarding the requirements of this solicitation All interested Contractors shall provide a firm fixed price quote for the following: Line Item 0001: ServiceNow Administrator/Developer to perform all requirements detailed in the Statement of Work Period of Performance: September 30, 2013 through September 29, 2014 Line Item 0002: Optional Line Item: ServiceNow Administrator/Developer to perform all requirements detailed in the Statement of Work Period of Performance: September 30, 2014 through September 29, 2015 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). 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 twenty (20) pages, excluding resumes, cover letter and executive summary; any pages beyond the 20th page will not be evaluated. 3. The Offeror shall submit its proposal no later than the due date and time specified on page 1 in this solicitation. Overall Arrangement of Proposal Volume I - TECHNICAL Volume There shall be no pricing information or labor rates included in the Technical Volume. The Technical portion of Volume I shall not exceed 10 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. The Offeror shall submit the following as parts of Volume I: A. Technical Solution- The Offeror shall submit a detailed technical approach for this requirement that demonstrates a sound and feasible approach to completing the tasks detailed in the Statement of Work, as well as a sufficient understanding of the tasks and deliverables required by the Statement of Work, and the purpose of the requirement. The proposal shall fully describe the proposed technical and management approach to meet each of the requirements specified under the description of the purpose and the tasks. The following item shall be covered. 1. A detailed description of the content of each task to be performed to achieve the contract tasks. Relevant variables stemming from the purpose should be discussed. 2. A discussion of the methodology to be used for individual tasks and scheduling of time and persons. 3. A discussion of any anticipated major problem areas, together with potential approaches for their solution. The offeror shall provide qualified personnel to provide the required level of services required. The offeror shall provide resumes for its proposed personnel that include their name, current employer, relevant education, relevant capabilities and experience, and their current country of citizenship. Information shall include the responsibilities of each personnel in relationship to support this requirement. B. Past Performance and Specialized Experience- The Offeror shall submit past performance information as part of their Technical Volume (please refer to the Past Performance Questionnaire attached). The Offeror shall submit past performance information for contracts under which the Offeror has performed as a prime contractor or as a first-tier subcontractor on similarly scoped contracts/orders in which the work was completed or substantially completed within the past three years with governmental or non-governmental entities. All past performance records shall be submitted in the form of completed Past Performance Questionnaires by references of the Offeror. Offerors are authorized to provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Offeror shall submit Part I of the questionnaire with its proposal, in the Technical volume. The Offeror shall have its references submit Part II of the questionnaire according to the instructions contained therein, with the references clearly identifying on Part II of the Questionnaire the contractor to which the Questionnaire is regarding. If an Offeror does not have any relevant past performance, the Offeror shall clearly state so in their proposal. Volume II - PRICING Volume The Offeror shall submit the following as part of Volume II: 1. The solicitation number NB182000-13-04061; 2. The name, address, and telephone number of the offeror; 3. A statement that the Offeror agrees to all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 4. A statement that the quotation is valid for a minimum of 60 days from the response deadline of this solicitation. 5. The offeror shall propose a Firm Fixed Price for each Contract Line Item Number (CLIN). The offeror shall also provide a detailed breakdown that shows how pricing was 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 The Government anticipates Service Contract Act of 1965 applied labor categories to be utilized in support of this contract. As such, all Offerors shall identify those categories (if applicable) in their proposals. The applicable Wage Determination (http://www.wdol.gov) for this requirement is: Wage Determination: #2005-2103 Revision No.: 13 Date of Revision: 06/19/2013 BASIS FOR AWARD Evaluation Factors The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer technically meets or exceeds the minimum requirements, as defined in the SOW, and is determined to be the "best value" to the Government. In determining which acceptable proposals offer the best value or advantage to the Government, overall technical merit will be considered more important than price. All evaluation factors other than price, when combined, are considered more important than price. A. Relative importance of factors The Evaluation Factors are as follows: a. Factor 1 - Technical Solution, b. Factor 2 - Past Performance and Specialized Experience, and c. Factor 3 - Price/Cost, are evaluated individually. Non-price factors, both singularly and when combined, are more important than Price. SUBMISSION INSTRUCTIONS All proposals must be submitted electronically so that they are received at willie.lu@nist.gov no later than Monday, September 16, 2013 at 10:00 AM EST. E-mail proposals shall not be deemed received until the proposal is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov. Facsimile quotations will NOT be accepted. 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 by 10:00 AM Eastern time, on Tuesday, September 10, 2013. Primary Point of Contact: Willie W. Lu willie.lu@nist.gov Phone: 301-975-8259 Secondary Point of Contact: MiMi Robinson Contracting Officer mimi.robinson@nist.gov Phone: 301-975-3696 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. The full text of a FAR provision or clause may be accessed electronically at http://www.acquisition.gov/far/ The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (alt. I); 52.212-3 Offerors Representations and Certifications- Commercial Items. 52.219-1 Small Business Concern Representation. Offerors must complete annual representations and certifications on-line at http://www.SAM.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: 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-37, Employment Reports on Veterans; 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; 52.225-2, Buy American Act Certificate.; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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. 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/NB182000-13-04061/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03174197-W 20130906/130905000302-a5271bc4f04e200f1aa5f7c0e447f530 (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.