Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

R -- Hydorgen Pipeline Safety Project Consultant - Statement of Work

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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
NB647000-14-04323
 
Archive Date
9/17/2014
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. ***This solicitation, NB647000-14-04323, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $25 M. This acquisition is unrestricted and all interested Offerors may submit a quotation. ***The National Institute of Standards and Technology (NIST) is seeking Hydrogen Pipeline Safety Consulting Services. TECHNICAL SPECIFICATIONS: In accordance with attached Statement of Work. ***All interested businesses may provide a firm fixed price quotation for all of the Tasks stated on the attached Statement of Work (Section III). The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Proposal, Past Performance, Lowest Price Technical Proposal: The Contractor must meet all of the following qualification requirements: 1. Experienced laboratory researcher and technician. 2. Minimum of a bachelor's degree in a discipline related to the tasks, or equivalent work experience of 5 years. 3. Minimum of 10 years' experience in laboratory work. 4. Minimum of 10 years of experience in LabView and LabWindows programming 5. Experience in high-pressure hydrogen laboratory operations. 6. Experience in fatigue crack growth rate testing and data analysis. 7. Experience with data acquisition and analysis of instrumented Charpy tests. 8. Experience with 3-D printing. 9. Recognition of competence through a track record of technical contribution. 10. Experience with solving complex technical problems in imaging systems, pneumatic systems, DAQ systems, Programmable Logic Controllers, TTL communications, remote monitoring, and computer security. 11. Effective written and oral English communications. 12. Ability to work independently, be detail oriented, and well-organized. 13. Familiarity with communication protocols including: GPIB, RS232, TTL, I2C etc., PLCs, DAQs. 14. Experience with machine vision and image processing. Past Performance: Offeror is cautioned that sufficient information must be presented to enable the Government to evaluate the Contractor's proposed past performance and determine relevancy to this project. Provide copies of the Contractor Performance Reports or letter indicating past performance ratings, if available. Furnish a list of projects of similar type and magnitude completed by the firm within the last three years. Provide a brief narrative of the relevant projects. It is desirable, but not required, that references be other Federal Agencies. Provide work performance references including, at a minimum, the following information: References shall include: 1. Name of Project 2. Location of Project 3. Contract Number 4. Total cost for Project 5. Type of Project 6. Name of Agency/Entity 7. Point of Contact (including Phone & Email address) Offerors WITHOUT RECENT OR RELEVANT REFERENCES shall submit a statement to such effect in order to be considered as having "Neutral" Past Performance history. All others will be rated deficient in Past Performance Category. Past Performance Evaluation: The following factors shall be used in the evaluation of the proposals. Past Performance a. Relevancy of past performance provided (unless a neutral rating is requested per instructions). Description and relevancy to solicitation requirements. b. References and past performance of the company to show quality of work necessary to successfully provide these services. c. How quality control was monitored to ensure compliance with specifications d. Timely completion of projects e. Ability to manage employees and/or subcontractors to complete the project within schedule. f. Ability to manage project and complete within budget. Price: The price should include all costs associated with the completion of the project. Firm, Fixed-Price, for the required Hydrogen Pipeline Safety Consulting Services. ***Price - the Government will evaluate the offeror's proposed prices to determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. Technical and Past performance when combined are equal to price. 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; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offerors Representations and Certifications-Commercial Items; Offerors must complete annual representations and certifications on-line at 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: 52.217-8 Option to Extend Services; 52.232-39 Unenforceability of Unauthorized Obligation; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.242-15 Stop-Work Order; 52.245-1 Government Property; 52.252-2 Clauses Incorporated by Reference; 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: 52.204-10 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; 52.219-28 Post-Award Small Business Program Re-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; 52.225-13 Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.222-42 Statement of Equivalent Rates for Federal Hires *Specific Category will be in accordance with the contractors proposed Labor Category. Complete wage determination available at http://ww.dol.gov/esa/regs/compliance/whd/index.htm 52.222-44 Fair Labor Standards Act and Service Contract Act The following Department of Commerce (CAR) clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer Representative's Authority; 1352.208-70 Restrictions on Printing and Duplicating; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.209-74 Organizations Conflict of Interest; 1352.237-71 Security Processing Requirements-Low Risk; 1352.237-75 Key Personnel; 1352.246-70 Place of Acceptance; and 1352.270-70 Period of Performance; And other appropriate clauses as needed 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 All offerors shall submit the following: A Technical Quotation (Vol. I) and a Business/Pricing Quotation (Vol. II), as two (2) separate electronic files. Incomplete quotations may be considered non-responsive and removed from further consideration. Quotations shall be clearly concisely written as well as being neat, indexed 9cross-indexed as appropriate) and logically assembles. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number. A 1-page transmittal letter signed by an individual authorized to commit the organization shall be transmitted with the quotation to the government. Each quotation shall be on 8.5" x 11" paper, in a commercially standard font, not smaller than 12 point font. Each page in the quotation shall be separately numbered. The quotation shall be limited to ten (10) single-sided, single-spaced pages (excluding the letter of transmittal, resumes and, certifications). ***Overall Arrangement of Documents 1.) Technical Quotation addressing a technical approach, identifying key personnel and including certifications (Volume I) - No pricing information shall be included in the technical quotation 2.) Business/Pricing Quotation (Volume II) This is an Open-Market Combined Synopsis/Solicitation for services 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: Offerors shall list exception(s) and rationale for the exception(s). Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ***Please not 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 quotes shall be received not later than 11:59 PM EST, on Tuesday, September 2, 2014. Offerors must submit all quotes and questions concerning this solicitation in writing to angela.hitt@nist.gov. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. It is the responsibility of the offeror to confirm NIST's receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism, and consistency of the quoted fixed price. E-mail quotes ARE required. Fax quotes will NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB647000-14-04323/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology (NIST), 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03472737-W 20140822/140820235757-8aa078b06919194b79fa513593497b9d (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.