MODIFICATION
R -- PMI Test Cases and Models, Validation and Conformance Testing - Questions and Answers - Addendum to 52.212-1
- Notice Date
- 1/23/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-14-RQ-0053
- Archive Date
- 2/14/2014
- Point of Contact
- Timothy Karol, Phone: 3019758249, Brian K. Johnson, Phone: 3019758173
- E-Mail Address
-
timothy.karol@nist.gov, brian.johnson@nist.gov
(timothy.karol@nist.gov, brian.johnson@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Addendum to 52.212-1 Questions and Answers *** AMENDMENT 0002 *** The purpose of this amendment is to post the "Addendum to 52.212-1", post "Questions and Answers", and to extend the response date. No other changes were made. *** AMENDMENT 0001 *** The purpose of this amendment is to post the "UPDATED SOW". No other changes were made. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 Streamlined Solicitation for Commercial Items and FAR 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, SB1341-14-RQ-0053 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. (iv) This solicitation is Total Small Business Set-Aside with the NAICS Code 541511 with a size standard of $25.5M. (v) The following contract line item number(s) and items, quantities and units of measure for this requirement. 0001: PMI Test Cases and Models, Validation, and Conformance Testing I.A.W. the S.O.W. Quantity: 1 Unit of Issue: JB (vi) See attached: Statement of Work and Test Cases (vii) See attached: Statement of Work (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The Addendum to 52.212-1 also applies. See attached addendum. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract 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: • Factor 1 - Technical Solution • Factor 2 - Past Performance • Factor 3 - Price Technical and past performance, when combined, are significantly more important than cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Aside 52.219-14 Limitations on Subcontracting 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-21, Prohibition of Segregated Facilities 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (xiii) The following clauses are also applicable to this acquisition: CAR 1352.246-70, CAR 1352.270-70, CAR 1352.201-70, CAR 1352.201-72, CAR 1352.208-70, CAR 1352.209-72, CAR 1352.209-73, CAR 1352.209-74, CAR 1352.228-70, CAR 1352.228-71, CAR 1352.237-70, CAR 1352.237-75, CAR 1352.271-79. The full text of these clauses is available at http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes shall be submitted through the FedBizOpps "Bid Module" by the due date and time specified in the FedBizOpps announcement. (xvi) Please direct any questions regarding this solicitation to timothy.karol@nist.gov. All emails shall contain the following subject line "Question: RFQ NB1341-14-RQ-0053"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0053/listing.html)
- Place of Performance
- Address: National Institute of Standards and Technology (NIST), 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN03272597-W 20140125/140123234059-1a4f9062488aa8a76e32887b8bd82e4c (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 |