Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

R -- Services to Update Tables of Spectral Lines

Notice Date
6/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting 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
NB684010-11-01521
 
Archive Date
6/28/2011
 
Point of Contact
CHRISTOPHER JOHN GANEY, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
christopher.ganey@nist.gov, todd.hill@nist.gov
(christopher.ganey@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CLASSIFICATION CODE: R- Professional, Administrative and Management Support. TITLE: Services to Update Tables of Spectral Lines and Energy Levels in the NIST Atomic Spectra Database SOLICITATION NUMBER: NB684010-11-01521 RESPONSE DATE: June 13, 2011. CONTACT POINTS: Chris Ganey Contract Specialist, (301) 975-6205 Todd Hill Contracting Officer, (301) 975-8802 DESCRIPTION: The National Institute of Standards and Technology (NIST) has a requirement for Services to Update Tables of Spectral Lines and Energy Levels in the NIST Atomic Spectra Database in the NIST Data Center on Atomic Spectroscopy NIST, Gaithersburg, MD. 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. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50(Effective May 16, 2011) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Chris Ganey. Questions should be received no later than 5 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 541690 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. STATEMENT OF WORK: Contractor shall meet or exceed all of the following: Services to Update Tables of Spectral Lines and Energy Levels in the NIST Atomic Spectra Database Introduction The NIST Data Center on Atomic Spectroscopy is responsible for maintaining the currency of the tables of wavelengths and energy levels in its prime database, the NIST Atomic Spectra Database (ASD). This database, which is available to the public through the Physical Measurement Laboratory home page, is the primary source of spectroscopic data for the general and scientific communities. Each year it receives about 500,000 requests for data. Through the years ASD has evolved to include more and more data for an increasing number of atoms and ions. However, ASD is still incomplete regarding line identifications for neutral and singly ionized atoms. The present project aims to address this deficiency by adding line identifications for six neutral atoms and six singly ionized atoms. This work is to be undertaken by a contractor who is expert in atomic spectra and who is accustomed to working with spreadsheets and databases. For each atom or ion, contractor shall: 1. Search scientific literature to obtain the most recent and reliable publications that provide the desired line identifications. 2. Extract line identification information for lines that are currently listed in ASD. 3. Prepare the data for entry into ASD and submit for entry to ASD data managers. Specific Tasks and Performance Requirements The Contractor shall provide all support for project oversight, administration and technical execution of this task order. The Contractor shall maintain accurate records of project activities. Contractor shall, Task 1: Classified wavelengths of prominent lines of the neutral (Cu I) and singly-ionized copper (Cu II) Tabulate wavelengths of the prominent lines and insert identifications of the low and upper levels from experimental works. Verify correspondences between wavelengths and energy levels of Cu I and Cu II. Task 2: Classified wavelengths of prominent lines of the neutral (Zn I) and singly-ionized zinc (Zn II) Tabulate wavelengths of the prominent lines and insert identifications of the low and upper levels from experimental works. Verify correspondences between wavelengths and energy levels of Zn I and Zn II. Task 3: Classified wavelengths of prominent lines of the neutral (Ge I) and singly-ionized germanium (Ge II) Tabulate wavelengths of the prominent lines and insert identifications of the low and upper levels from experimental works. Verify correspondences between wavelengths and energy levels of Ge I and Ge II. Task 4: Classified wavelengths of all lines and energy levels of the neutral arsenic (As I) and classified prominent lines of the singly-ionized arsenic (As II) Tabulate wavelengths and energy levels of As I from all available experimental works. Tabulate wavelengths of the prominent lines of As II and insert identifications of the low and upper levels from experimental works. Verify correspondences between wavelengths and energy levels of As I and As II. Task 5: Classified wavelengths of prominent lines of the neutral (Se I) and singly-ionized selenium (Se II) Tabulate wavelengths of the prominent lines and insert identifications of the low and upper levels from experimental works. Verify correspondences between wavelengths and energy levels of Se I and Se II. Task 6: Classified wavelengths of prominent lines of the neutral (Br I) and singly-ionized bromine (Br II) Tabulate wavelengths of the prominent lines and insert identifications of the low and upper levels from experimental works. Verify correspondences between wavelengths and energy levels of Br I and Br II. Task 7: Presentation at APiP 2011 (17th International Conference on Atomic Processes in Plasmas, Belfast, United Kingdom, July 19-22, 2011.) Prepare poster paper on "Classified prominent lines of neutral and single-ionized atoms from copper to bromine". Attend conference on Atomic Processes in Plasmas (APiP 2011) in Belfast, Northern Ireland in July 2011 and present poster paper on NIST database activities in this area. The poster paper shall describe the general effort that will be made for all the tasks. The paper shall include: 1. Elements covered by the project. 2. Sources of data 3. Methods for selecting data to be included 4. Display of results for neutral and singly ionized copper (task 1) Prepare written report on the conference approximately two pages in length. Report shall be delivered to the COR within 10 days after completion of the conference. The written report shall include all material from the poster and a general review of the conference as relates to the Data Center projects. This report does not undergo Washington Editorial Review Board (WERB) review. Minimum Qualifications The Contractor shall have at least a Ph. D. degree in physics or equivalent and at least ten (10) years experience in atomic spectroscopy and must be familiar with experimental methods for measuring wavelengths of atomic spectra and determining atomic energy levels. The Contractor shall also be familiar with the relevant literature and computer codes used for reliability tests and further characterization of the atomic structure. This experience and knowledge are essential in order to be able to critically evaluate the data and check for consistency between wavelength and energy level tables. Deliverables and Due Dates The Contractor shall provide the following deliverables: For each spectrum, contractor shall provide table in Microsoft Excel, both in hard copy and as an electronic file. Format shall be such that data can be entered directly into ASD. Task 1. Due July 13, 2011 Task 2. Due July 31, 2011 Task 3. Due September 30, 2011 Task 4. Due November 30, 2011 Task 5. Due January 31, 2012 Task 6. Due March 31, 2012 Standards for Acceptance of Deliverables: The COR (Contracting Officer's Representative) will provide comments on each deliverable within 14 calendars days from receipt of a given deliverable. The contractor shall make any needed changes to the deliverables within 14 calendar days from receipt of electronic or written comments from the COR. The COR will provide written notification when deliverable is accepted. Travel The Contractor shall not exceed funding for travel as specified in this contract. Approved travel will be reimbursed in accordance with the Federal Travel Regulations (FTR) and shall not exceed the maximum per diem rate (meals and lodging), and transportation costs, in effect at the time of travel. (See travel note). Period of Performance The period of performance is date of award to March 31, 2012. Place of Performance All work shall be accomplished at NIST, Gaithersburg, Maryland and at the 17h International Conference on Atomic Processes in Plasmas. Normal duty hours are Monday through Friday with the exception of Federal holidays or other official closures. Government-Furnished Property, Data, and Information All material provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this contract. Likewise, all deliverables and data generated under this contract remain the property of the Government. Government furnished equipment will be provided in a working condition. Upon contract award, the Government will make available shared office space, personal computer, library services, and needed computational resources with its centrally supported computers and workstations provided by the Physics Laboratory. A data assistant of the NIST Data Center on Atomic Spectroscopy will also be available to assist with retrieval of materials from the NIST Research Library and entry of data into databases and spreadsheets used to accumulate the data. Invoices Under this contract, the contractor may only submit invoices upon receipt and acceptance by the COR of each deliverable herein. In order for travel to be reimbursed, the contractor shall submit invoices and receipts in accordance with the Federal Travel Regulation's requirements for reimbursement. GENERAL INFORMATION Safety: The Contractor employee shall be responsible for knowing and complying with all installation safety prevention regulations. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus. Identification Badges: Contractor employees shall comply with NIST identification and access requirements. Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. Type of contract to be awarded: Fixed priced line item with not to exceed cost reimbursement line item for travel. Basis for award/ Evaluation Criteria: Award will be made to the responsible offeror whose offer conforming to the requirements of the solicitation is evaluated to be the best value to the Government, considering the Government's evaluation of the following factors: (1) Technical Approach, (2)Experience and Qualifications and (2)Price. Technical Approach is more important than Experience and Qualifications and Price. Evaluation Criteria: Technical Approach- The Government will evaluate the offeror's technical approach based on the information contained in the technical quotation to determine the extent of its understanding of the requirements, including the soundness of the offeror's proposed methodology to effectively meet and comply with the tasks outlined, to ensure successful performance of this procurement and any risks associated with the offeror's technical approach and capability. Qualifications / Experience - The Government will evaluate the offeror and key personnel experiences and the resume(s) of its proposed key personnel to determine the nature and extent of the offeror's successful completion of the same or similar services. Including experience with analysis of wavelengths and energy levels as evidenced by citation of at least five journal publications in the field. Experience with critical compilation of atomic wavelengths and energy levels as evidenced by citation of at least five journal articles in the field. Good working knowledge of methods of observation and measurement of energy levels, wavelengths, and transition probabilities as evidenced by education and/or professional experience. Experience with programs used for standard database operations: EXCEL and WORD. Price Upon completion of the evaluation of the technical approach, a price analysis will be conducted on each technically acceptable proposal to determine the fairness and reasonableness of the proposed prices. Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical factor, and qualifications and Experience. INSTRUCTIONS TO OFFERORS General The proposal shall be prepared and submitted in two parts: A technical quote, and price quote. Each of these parts shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the others. The technical proposal must not contain any reference to prices. However, resource information, such as data concerning labor hours and categories and materials must be contained in the technical proposal so that your understanding of the scope of the work may be evaluated. It must disclose your technical approach in sufficient detail to provide a clear and concise presentation that includes, but is not limited to, the requirements of the technical proposal instructions. The Government shall evaluate proposals in accordance with the evaluation criteria set forth in the "Evaluation Criteria" Section. Technical Proposal and qualifications and Experience. Instructions: Your quote must present sufficient information to reflect a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the contract. The technical proposal shall include a description of the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the Statement of Work (SOW). It is essential that the Offeror present in its proposal, information in sufficient detail so as to permit the Government to make an evaluation of the technical proposal without further information being required from the Offeror. PROVIDE RESUMES FOR MINIMUM QUALIFICATIONS. The offeror shall submit an original and four copies of the technical quotation. If the quotation is submitted electronically, additional copies are not required. Price/Business Proposal The Government anticipates award of a Fixed priced line item plus one cost reimbursement line item for travel resulting from this request. Provide pricing compatible with technical quote. The offeror shall submit an original and four copies of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. 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://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Offerors shall complete annual representations and certifications on-line at http://orca.bpn.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. 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) 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. NIST Local Clause_04 Billing Instructions NIST LOCAL_36 TRAVEL NOTE (a) The government will reimburse the contractor for all necessary expenses in connection with travel authorized pursuant to this order/contract. Costs incurred for lodging, meals, and incidental expenses shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations prescribed by the General Services Administration. (b) Subsistence is authorized in accordance with the DoC and Federal Travel Regulations. Invoices requesting reimbursement for travel must be accompanied by itemized paid receipts. The invoices must be submitted to the payment office specified elsewhere in this order/contract. (END OF CLAUSE) 1352.271-83 Government review, comment, acceptance and approval. (APR 2010) (a) Documentation, including drawings and other engineering products and reports, required by the contract to be submitted for review, comment, acceptance or approval will be acted upon by the Government within 30 calendar days after receipt by the Government, unless another period of time is specified. (b) The Government shall respond to Condition Reports, as defined in the Specifications, within five (5) working days, unless the Government notifies the contractor that a longer period of time will be required. If the contractor requests a response in less than five (5) working days, the Government will attempt to accommodate the request, but does not guarantee a response in less than the time limits stated above. (c) Review, comment, acceptance or approval by the Government as required under this contract and applicable specifications shall not relieve the contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such review, comment and acceptance or approval. (End of clause) INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 2:30 p.m. Eastern Time on June 13, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted at Christopher.ganey@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Chris Ganey, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Chris Ganey, Contract Specialist on 301-975-6205. 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: PATRICK STAINES, 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 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/NB684010-11-01521/listing.html)
 
Record
SN02463101-W 20110604/110602235328-206c5d5da1277237cb9b4ce43737e96f (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.