Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

70 -- Modeular Server, Workstation, and Turnkey Solution - Brand Name Justification - Past Performance Questionnaire - Attachment A: Minimum Requirements - Statement of Work

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related 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
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0731
 
Archive Date
9/14/2010
 
Point of Contact
Keith Bubar, Phone: 3019758329
 
E-Mail Address
keith.bubar@nist.gov
(keith.bubar@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the Statement of Work for Solicitation No. SB1341-10-RQ-0731. Offerors must complete this document and submit with their response. This is the Past Performance Questionnaire that Offerors must have completed. This is the brand name justification applicable to this requirement. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for quotation. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519, with the exception for Information Technology Value-Added Resellers. This requirement will be set aside for small businesses under the small business size standard of 150 employees. The Government anticipates a fixed price type purchase order. The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222.19, 522.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. 52.227-19 52.219-14 The full text for the applicable clauses and provisions can be found at the following link: https://www.acquisition.gov/far/html/FARTOCP52.html The following standards of Section 508 of the Rehabilitation Act of 1973 apply to this acquisition: 1194.21 - Software applications and operating systems 1194.26 - Desktop and portable computers 1194.31 - Functional performance criteria 1194.41 - Information, documentation, and support This is a brand name requirement. The requirements for this solution involve the integration and collaboration of several different brand name products working together as one whole solution. Attached is a document detailing the brand name justification for the system as a whole. Description of Requirement: The National Institute of Standards and Technology (NIST) Computer Security Division of the Information Technology Laboratory (ITL) is leading several government initiatives to research and create standards for cloud computing. The NIST's CSD is also responsible for supporting projects including the Federal CIO Council led, United States Government Configuration Baseline (USGCB) Office of Budget and Management initiative (OMB) that provide validations and reference data for United Sates Federal, State, and local government, the vendor community, international governments, academic communities. To properly conduct research and development activities for our cloud computing responsibilities, CSD requires a simple web-based management interface for provisioning, configuring, maintaining, monitoring the hardware at the power, compute, storage, and network layer. In pursuing this highly specialized and coupled solution, NIST would benefit from the hardware, software, and integration services of an organization with an established reputation in the providing rack stackable, cutting edge hardware and software solutions. NIST would be best served if the organization that performed these activities had the ability to factory preconfigure and train NIST personnel with regard such a highly integrated hardware/software based commercial solution. Attached are the following documents: - Statement of Work - Attachment A: Minimum Requirements - Brand Name Justification - Past Performance Questionnaire Please see the attached Statement of Work for a detailed description of this requirement. SUBMISSION AND EVALUATION Quotation Submission Instructions: The Offeror shall include the following information in its open market quotation, organized as indicated below. Only Open Market (FAR Part 13) quotations will be considered; GSA Schedule quotations or other types of quotations will not be considered. a. Completed Minimum Requirements Document The offeror shall complete the attached document entitled "Attachment A - Minimum Requirements" to display their solution's compliance with the minimum functional requirements of the required solution. An Offeror must complete Attachment A with brief descriptions as to how their solution meets each of the minimum requirements. b. Past Performance Information Questionnaire A completed Past Performance Information Questionnaire (the required format is attached to this solicitation) for similar contracts/orders for which the offeror has performed as a prime Contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past three years by governmental entities (federal, state, or local) or by nongovernmental entities. The offeror shall submit Part I of the questionnaire with its quotation. The offeror should have its references submit Part II of the questionnaire according to the instructions contained therein. c. Cost/Price The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror must specify a fixed price for each portion of the solution as a whole, broken down to the Offeror's preference. The Offeror must also submit fixed hourly rates in its quotation that include wages, overhead, general and administrative expenses, and profit for the labor portions of this requirement. The Offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by-- (1) The Offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates of the offeror under a common control; The Offeror shall propose the applicable labor categories, total number of ceiling hours per labor category, a fully loaded hourly rate per labor category, and a ceiling labor-hour cost based on those labor categories, hours and fully loaded rates for performance of all activities required by this solicitation. The cost/price section of the quotation shall also include a detailed breakdown of travel requirements, if any, proposed by the Offeror. Such breakdown should include specific trips, number of days per trip, as well as cost for hotels, lodging, meals and incidental expenses. Travel costs should be based on Chapter 301 of the Federal Travel Regulation (FTR) and would be reimbursed accordingly. For current GSA-approved per-diem rates and personally operated vehicle (POV) rates that should be used to estimate travel costs, go to www.gsa.gov, and then click on "Per Diem Rates" and "POV Mileage Reimbursement" on the top left side of that page. Airfare would be reimbursed as coach class airfare. The Government will allow application of General and Administrative (G&A) burden to proposed travel costs (if any), but will not authorize payment of profit on travel costs. Therefore, the Offeror shall not include profit for proposed travel costs. The Offeror shall submit its quotation by email so that it is received at keith.bubar@nist.gov no later than August 30, 2010 at no later than 11:59 p.m. Eastern Time. EVALUATION FACTORS FOR AWARD: The Government intends to use a tradeoff process to award a purchase order to the responsible Offeror whose proposal represents the best value to the Government, evaluated cost/price and other factors considered. The Government reserves the right to make an award to other than the lowest-cost/priced offeror or to the offeror with the highest technical rating if the Contract Specialist determines that to do so would result in the best value to the Government. Upon receipt of proposals, the Contract Specialist will review them to determine if each offeror followed all of the proposal preparation instructions in this solicitation. A proposal that did not follow the proposal submission instructions may be deemed unacceptable and may not be further evaluated. Each proposal will be evaluated against the factors described below. An offeror's failure to address any factor may be considered indicative of the offeror's lack of understanding of the Government's requirements and may result in the quotation being determined unacceptable. Evaluation Factors: A. Technical Capabilities: The Government will evaluate the offeror's response to the Minimum Requirements document. The Government will assess how well a Contractor's technical response addresses NIST's requirements. A Contractor is not solely limited to discussion of these features. The offeror must demonstrate that the proposed equipment satisfies all of the technical requirements described in the Minimum Requirements. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. B. Past Performance: The Government will evaluate the offeror's past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. The Government will assign a neutral rating to offerors with no relevant past performance information within the past three years or for which past performance information was reasonably unavailable. The Government may also obtain past performance information from sources other than those provided by the offeror in its quotation to complete its evaluation of this factor. C. Evaluated Price/Cost: The Government shall evaluate offerors based on the proposed price of the overall solution. Factor A is considered to be more important than Factor B. Factors A and B, when combined, are considered to be more important in weight to Factor C. The Government may reject any or all quotations if such action is in the Government's interest. The Government intends to evaluate quotations and award a purchase order without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quotation should contain the offeror's best terms from a cost/price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0731/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02249102-W 20100822/100820235435-aad767f884112694b2c2ce2f7eae9bbf (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.