Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

B -- VVSG Voting System Testing - Statement of Work

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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-0778
 
Archive Date
9/18/2010
 
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
Please see the attached Statement of Work for details on 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 541990. This requirement will be set aside for small businesses under the corresponding small business size standard of $7 million. 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. 52.217-8 52.227-14 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 CAR provisions and clauses apply to this solicitation: CAR 1352.209-74: Organizational Conflict of Interest CAR 1352.209-72: Restrictions against Disclosure CAR 1352.235-70: Protection of human subjects CAR 1352.235-71: Protection of human subjects- exemption (Dependent on solicitation response) CAR 1352.235-72: Protection of human subjects- institutional approval (Dependent on solicitation response) CAR 1352.235-73: Research involving human subjects- after initial contract award (Dependent on solicitation response) CAR 1352.237-73: Foreign National Visitor and Guest Access to Departmental Resources The full text for the applicable clauses and provisions can be found at the following link: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=b1110228a0947e36df514c65c3606567&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 Section 508 of the Rehabilitation Act of 1973 does not apply to this acquisition. Description of Requirement: Enacted by Congress in October 2002, the Help America Vote Act (HAVA) legislation gives the Commerce Department's National Institute of Standards and Technology (NIST) a key role in helping realize nationwide improvements in voting systems. NIST's Information Technology Laboratory (ITL) is coordinating the agency's HAVA efforts through its expertise in areas such as computer security, laboratory accreditation procedures, and usability. The HAVA created an Election Assistance Commission (EAC) to oversee voting standards work. Reporting to the EAC is the Technical Guidelines Development Committee (TGDC), which makes recommendations on voluntary standards and guidelines related to voting equipment. NIST is providing technical and administrative support to the TGDC. The EAC adopted a new set of Voluntary Voting System Guidelines (VVSG) in December 2005. The EAC asked the TGDC and NIST to develop a more comprehensive and re-organized version of the VVSG. A complete draft of this updated version was delivered to the EAC in the summer of 2007. NIST is also developing a suite of consistent public conformance tests for the VVSG Recommendations to be used as part of the EAC's Testing and Certification Program. Included in these draft test suites are procedures for evaluating the usability and accessibility of voting systems by voters and poll workers. These are in draft form and have not been validated. The contractor shall be responsible for accomplishing the tasks detailed in the attached Statement of Work. 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. a. Resumes for proposed key personnel The Offeror shall submit the resumes for all proposed key personnel for the requirement detailed in the attached Statement of Work. Resumes shall be submitted as part of the Offeror's overall submission package. b. Description of relevant experience The Offeror shall provide a detailed description of their relevant experience with regards to the analysis of voting systems and voting system test methods. Documentation detailing relevant experience shall not exceed five pages in length. c. Technical approach The Offeror shall submit a detailed description of their technical approach for the requirement detailed in the attached Statement of Work. Technical approach shall include any relevant information regarding the proposed project management strategy, and any related workflow strategies. d. Cost/Price The Government contemplates award of a fixed price type purchase order resulting from this solicitation. The Offeror shall specify the fixed price for each task detailed in the Statement of Work. There are three tasks, and the Government anticipates a separate line item for each specific task, along with a fourth line item for travel and other direct costs on the resultant purchase order. To show how the fixed prices were derived, the Offeror must 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 estimated hours per labor category, a fully loaded hourly rate per labor category, and a total fixed price 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. All questions regarding this solicitation shall be submitted so that they are received no later than 12:00 pm on September 2, 2010 to keith.bubar@nist.gov. The email should reference the solicitation reference number. The Offeror shall submit its quotation by email so that it is received at keith.bubar@nist.gov no later than September 3, 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 on the non-price evaluation factors if the contracting officer determines that to do so would result in the best value to the Government. Upon receipt of proposals, the contracting officer 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. Evaluation Factors: A. Key Personnel: The Government will evaluate the offeror's proposed key personnel for the requirement detailed in the attached Statement of Work to determine whether or not the resumes display sufficient experience and qualifications to complete the tasks at hand successfully. B. Experience: The Government will evaluate the offeror's experience to determine the overall amount of relevant experience with regards to the analysis of voting systems and voting system test methods. C. Technical Approach: The Government will evaluate the offeror's technical approach to determine whether the Offeror has a sufficient management and workflow plan in place for the requirement detailed in the attached Statement of Work. D. Evaluated Price/Cost: The Government shall evaluate the reasonableness of the offerors' proposed price of the overall solution, broken down into applicable sections to show how the total cost was derived. The evaluation factors are listed in descending order of importance. Together, Factors A, B, and C are more important than factor D. The importance of Factor D will increase with the degree of equality among quotations in the non-price factors. 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-0778/listing.html)
 
Place of Performance
Address: Contractor's facilities, United States
 
Record
SN02260864-W 20100901/100830235646-18da0cdd47f40ac4e03b0275e1ed7106 (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.