Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

R -- NIST MEP Enterprise Risk Management Support Services - STATEMENT OF WORK (SOW)

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting 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
1333ND18QNB480183
 
Archive Date
9/1/2018
 
Point of Contact
Abdul-Kudus Yahaya, Phone: 3019758497, Keith Bubar, Phone: 3019758329
 
E-Mail Address
abdul-kudus.yahaya@nist.gov, keith.bubar@nist.gov
(abdul-kudus.yahaya@nist.gov, keith.bubar@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK (SOW) Attachment A The National Institute of Standards and Technology (NIST) has a requirement for Administrative and Computer Related Support Services to be utilized by the Manufacturing Extension Partnership (MEP) at NIST, Gaithersburg, MD. The Contractor shall provide various risk management services to NIST MEP in accordance with OMB A-123 and related documents. These services are to review current risk posture, identify any non-financial vulnerabilities or issues that need to be addressed, and develop a risk management approach, framework, and recommendations for implementation for NIST MEP to comply with A-123. 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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PART 13.5 This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to abdul-kudus.yahaya@nist.gov. Questions must be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 541618 - Other Management Consulting Services, with a small business size standard of 15 million dollars. This acquisition is 100% set-aside for small business. All offerors shall provide a quotation for the following line item: CLIN 0001 Description: The Contractor shall provide all support for project oversight, administration and technical execution of Tasks/Deliverables 1 - 3 as detailed in the incorporated Statement of Work. Quantity: 1 Unit of Issue: Lot Period of Performance: 9 months from the date of award Pricing Option: Firm-Fixed-Price CLIN 0002 Description: The Contractor shall travel in accordance with the Federal Travel Regulation (FTR) to perform work as detailed in the SOW (Attachment A). It is expected that all travel costs required for completion of this work will be no more than $10,000.00. Therefore, the travel budget for the contractor is $10,000.00. The contractor shall not exceed this amount in travel costs. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://farsite.hill.af.mil/. Provisions 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Clauses 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 (APR 2010)-- including subparagraphs: 52.203-6 - Restrictions on Subcontractor Sales to the Government Alternate I 52.204-10 - Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 - Protecting the Government's Interest when subcontracting with Contractor's 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 Set-Aside 52.219-8 - Utilization of Small Business Concerns 52.219-13 - Notice of Set-Aside of Orders 52.219-14 - Limitations on Subcontracting 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 52.222-36 - Equal Opportunity for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restriction on Certain Foreign Purchases; 52.232-30 - Installment Payments for Commercial Items 52.232-33 - Payment by Electronic Funds Transfer- System for Award Management. 52.202-1 - Definitions 52.203-3 - Gratuities 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4 - Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.209-5 - Certification Regarding Responsibility Matters 52.217-8 - Option to Extend Services (End of Clause) 52.219-1 - Small Business Program Representations 52.222-54 - Employment Eligibility Verification 52.223-6 - Drug-Free Workplace 52.227-14 - Rights in Data-General 52.222-25 - Affirmative Action Compliance 52.232-1 - Payments 52.232-8 - Discounts for Prompt Payment 52.232-11 - Extras 52.232-17 - Interest 52.232-23 - Assignment of Claims 52.233-1 - Disputes 52.233-4 - Applicable Law for Breach of Contract Claim 52.242-13 - Bankruptcy 52.246-25 - Limitation of Liability - Services 52.252-2 - Clauses Incorporated by Reference Department of Commerce Acquisition Regulation (CAR) clauses. Please view the full text of these clauses at http://www.ecfr.gov/cgi-bin/text-idx?SID=8b5f22b07c12a52e8b29841ad60f1fd9&mc=true&tpl=/ecfrbrowse/Title48/48chapter13.tpl. Commerce Acquisition Regulations (CAR) Provisions and Clauses: 1352.201-70 Contracting Officer's Authority 1352.201-72 Contracting Officer's Representative (COR) 1352.209-72 Restrictions against disclosure 1352.209-73 Compliance With The Laws 1352.209-74 Organizational Conflict of Interest 1352.237-71 Security Processing Requirements - Low Risk Contracts 1352.237-75 Key personnel NIST LOCAL 07 All contractor personnel shall read and be familiar with the Computer Security Policy at NIST which can be downloaded from the NIST internal web site at http//www i.nist.gov/cio/itsd/pp_nist/policy/policy_accnuse.html. This policy is hereby incorporated by reference as if fully set forth. The Contractor and its employee(s) and agents shall abide by the terms and conditions of the policy throughout the period of performance (including any exercised option periods) of this contract. (End of clause) NIST LOCAL-54 ELECTRONIC BILLING INSTRUCTIONS Instructions: use in all awards that require electronic submission of invoices. NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. (End of clause) INSTRUCTIONS: System for Award Management (SAM) In accordance with FAR 52.204-7, the awardee must be registered in SAM (www.sam.gov) prior to award. Refusal to register shall forfeit award. Required Information The Government will not consider any quotation without the information required by this solicitation. Addendum to FAR 52.212-1, Quotation Preparation Instructions Offerors shall submit their quotations so that NIST receives them not later than 3:00 p.m. Eastern Time on August 17, 2018. FAX and hard-copy quotations shall not be accepted. E-mail quotations shall be accepted at abdul-kudus.yahaya@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered the e-mail address inbox set forth above. Late quotes will not be accepted. Quotations shall conform to the instructions identified herein, and the evaluation factor submittal requirements. Furthermore, quotations shall consist of one attachment per part. Significant deviation may result in the possible exclusion of such quotation from further consideration or may be reflected in the overall evaluation of the quotation. Failure to comply with the terms and conditions of this RFQ may result in the Offeror's quotation being removed from consideration for award. The quotation must include page numbers and be clearly and concisely written. Submission of quotations in response to this RFQ assumes the Offeror agrees to all terms and conditions unless specifically excepted in offeror's quotation. General: The quotation shall be submitted in electronic format, via email, as listed above. To aid in evaluation, the quotation shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and be assembled according to the provisions in this section. All pages of each part shall be appropriately numbered and identified with the name of the Offeror, the date, and the solicitation number 1333ND18QNB480183. The quotation shall be typed, with one-inch margins, using a fixed font, 12 pitch type (or equivalent), unreduced in size, on 8-1/2" by 11" paper, not exceeding 25 pages, single sided, exclusive of resumes, representations and certifications, past performance references, and other administrative documentation such as a one-page cover page and table of contents or list of tables/figures. Actual tables/graphics/figures are included in the page limit. It is the responsibility of the Offeror to confirm and maintain receipt of quotation delivery date and time and ensure delivery is on time. Overall Arrangement of Quotation: Volume 1: Business/Price Quotation: (A) Volume I must include required representations, certifications, and acknowledgments of amendments; identification of technical data to be withheld; and any other administrative information. The Freedom of Information Act (FOIA) and its amendments have resulted in an increasing number of requests from outside the Government for copies of offeror qualifications and quotations submitted to Federal agencies. If an offeror's submissions contain information that they believe should be withheld from such requestors under FOIA on the grounds that they contain "trade secrets and commercial or financial information" [5 USC§552(b)(4)], the offeror shall mark its submissions in the following manner: The following notice should be placed on the title page: "Some parts of this document, as identified on individual pages, are considered by the submitter to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the Freedom of Information Act. Material considered privileged or confidential on such grounds is contained on page(s) " Each individual item considered privileged or confidential under FOIA should be marked with the following notice: "The data or information is considered confidential or privileged, and is not subject to mandatory disclosure under the Freedom of Information Act". (B) Format and Content. Volume I shall include the following: i. The solicitation number 1333ND18QNB480183. ii. The name, address, e-mail addresses and telephone numbers of the Offeror; iii. Names, titles, and telephone numbers of persons authorized to negotiate on the Offeror's behalf with the Government in connection with this solicitation; iv. Name, title, and signature of person authorized to sign the quotation. Quotations 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; v. Any other business or administrative information that the Offeror wishes to include in its quotation. vi. The offerors standard Quotation Form, must be executed fully and used as the cover sheet (or first page) of Volume I. Include one (1) signed copy of the form in Volume I. The person signing this document must have the authority to commit the Offeror to all of the provisions of the quotation. vii. The Dun and Bradstreet Number for the offerors active registration at the System for Award Management, (www.SAM.Gov) website. Offerors must have an active registration at www.SAM.gov to be considered for award. viii. Acceptance Period - The acceptance period entered on the Quotation Form by the Offeror shall not be less than 120 days ix. Official Proposed Pricing Information: The offeror shall propose a total firm fixed price for each CLIN identified in this request. To show the derivation of the proposed price for each CLIN, the offeror must provide a fully burdened hourly labor rate for each proposed labor category, a total number of estimated hours to be worked for each labor category, and a total firm fixed price for each labor category. The firm-fixed price for each labor category shall be calculated by multiplying the appropriate labor category fully burdened hourly rate(s) by the proposed number of hours to be worked under that labor category. The offeror shall propose a firm fixed price Payment Schedule for the resultant purchase order. It is anticipated that the proposed Payment Schedule if accepted by the Government will be incorporated into the resultant purchase order awarded. For the travel CLIN, the offeror shall propose the pre-assigned ceiling price shown in the Statement of Work. All offerors must quote an amount of $10,000.00 for CLIN 0002. Volume II: Technical Quotation: (A) Volume II must consist of the Offeror's response to the technical and staffing 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 the SOW of this solicitation. It will be evaluated in accordance with the criteria contained below, identified as Evaluation Criteria, and it shall be specific and complete in every detail. The quotation must be practical and be prepared simply and economically, providing straightforward, concise delineation of what it is you will do to satisfy the requirements of the SOW. The quotation shall not merely offer to perform the work in accordance with the SOW, but shall outline the approach proposed as specifically as practicable. A quotation that includes a mere repetition of the SOW, may not be considered further for award. In order that Volume II may be evaluated strictly on the merit of the material submitted, no cost/price information is to be included in Volume II. (B) Format. Volume II shall include: i. Table of Contents; ii. List of Tables and Figures; iii. Technical Discussion. The technical discussion section should be the major portion of Volume II. The technical quotation shall address the following: Technical Capability: The technical quotation shall address the offeror's detailed technical approach for satisfying the SOW requirements. The technical approach shall address how the offeror will (a) perform and manage individual tasks required by the SOW; and (b) ensure that Contractor services and deliverables comply with the requirements of the SOW (c) Offerors shall provide a resume for their proposed key personnel for the Program Manager that include their name, current employer, relevant education, relevant capabilities and experience, and their current country of citizenship and letter of commitment, and (d) Offerors shall provide a resume for their proposed key personnel for the Subject Matter Expert that include their name, current employer, relevant education, relevant capabilities, experience, and their current country of citizenship and letter of commitment. Key Personnel: Offerors shall provide a resume for their proposed key personnel that include their name, current employer, relevant education, capabilities and experience, and their current country of citizenship and letter of commitment to perform the work they are proposed for under the resultant contract, if possible. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local Governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The Government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1. Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; 4. Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), Administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. 6. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Key Personnel, 3) Past Performance, and 4) Price. The non-price factors 1-3 are listed in descending order of importance. All non-price factors, individually and when combined, are significantly more important than price. Technical Capability: The government will evaluate the extent to which the offeror has demonstrated the technical capability to successfully perform these services, and demonstrated a feasible technical approach to successfully perform and manage the required tasks while ensuring that all deliverable schedule requirements are met. Key Personnel: The Government will evaluate the proposed Key Personnel to determine how qualified they are to perform the tasks detailed in the SOW. The Government will evaluate the resume of the offeror's proposed key personnel, to determine the extent to which they have performed work similar to the current requirement; and the extent to which their education, training, qualifications and experience indicate that they will successfully perform the roles for which they are proposed. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance for work completed or substantially completed within the last five (5) years to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government may also consider other available information in evaluating the Offeror's past performance. NOTE -- If an offeror does not have a history of relevant contract experience, or if past performance information is not available, the offeror will receive a neutral past performance rating; however, an offeror without a history of relevant experience may receive a lowered rating for the Experience Factor. Price: The Government will evaluate price for reasonableness. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Keith Bubar, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/1333ND18QNB480183/listing.html)
 
Record
SN04996559-W 20180720/180718230833-2cf336d176a49604cc3ed783fc614e66 (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  © 1994-2020, Loren Data Corp.