Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

R -- Time and Frequency Support Services - Statement of Work

Notice Date
4/13/2012
 
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
NB688000-12-03038
 
Archive Date
5/31/2012
 
Point of Contact
Tiffany C Atchison, Phone: 3034975534
 
E-Mail Address
tiffany.atchison@nist.gov
(tiffany.atchison@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority in FAR Part 13, and FAR Part 12, Acquisition of Commercial Items (Title VII of the Federal Acquisition Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore a written solicitation will not be issued. This solicitation is a request for quotation (RFQ). This is a small business set aside request. The period of performance for services is one year. The NAICS classification is 541690 - Other Scientific and Technical Consulting Services. The small business size standard is $7 million. The National Institute of Standards and Technology (NIST) Acquisition Management Division intends to award a single purchase order. See the attached Statement of Work for details. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 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: 52.219-6, Notice of Total Small Business Set-Aside 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 (Oct 2010) 52.223-18, Contractor Policy to Ban Text Message While Driving; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; Interested vendors capable of furnishing the specified services described in this combined synopsis/solicitation should submit their information in writing to: email to: tiffany.atchison@nist.gov or via U.S. Mail, Overnight Carrier National Institute of Standards and Technology Acquisition Management Division ATTN: Tiffany Atchison MS 194 325 Broadway Boulder, CO 80305 Submission must be received not later than 5:00 p.m. local time on Thursday, April 19, 2012. FAX quotations shall not be accepted. An e-mail quotation shall be considered received when it is received in the inbox of Tiffany Atchison. Offers that do not contain a technical response, past performance information, and price proposal with their fully burdened hourly rates will not be considered for award. Format of Technical Response. Technical approach and experience should demonstrate an understanding of the requirements and clearly delineate the years of experience related to the tasks set forth in the Statement of Work. Past Performance information shall include one or more references that indicate competence with the work described in the SOW. This response is limited to no more than 10 pages, including cover pages and resumes' for Key Personnel. Any materials submitted that exceed the 10 page limit shall not be provided for review by the Technical Evaluation Panel. Format of Price Quote. Price must be contained in a separate document excluded from technical and past performance information. The price provided should be a the entire year's price. It must be a firm fixed price. To help determine fair and reasonable pricing the offeror shall submit their fully burdened hourly rates. If not provided, they will not be considered for award. The contractor will be able to invoice for 1/12 of the price per month. EVALUATION FACTORS FOR AWARD The government reserves the right to make award to the responsible offeror whose offer conforms to the solicitation and represents the best value to the government. The government will consider three factors: Experience and Technical Qualifications, Past Performance, and Cost/Price. Experience and Technical Qualifications will be more important than Past Performance and Experience and Technical Qualifications and Past Performance, when combined, is significantly more important than cost or price. Only those offerors who are rated as technically acceptable or above will be evaluated on Past Performance and Cost/Price Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the Statement of Work for the key personnel performing the work. Past Performance: The Government will evaluate past performance as it pertains to the Statement of Work to determine the level of quality, and the reliability of the key personnel. Evaluation of past performance will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. FACTOR 3: Cost/Price The government will evaluate the proposed rates for best value and completeness. The Government will also evaluate cost and price realism with regard to the ability of the offeror to meet requirements in terms of skills required, complexity of disciplines and job difficulty, if the Government deems such analysis necessary. If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB688000-12-03038/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN02721442-W 20120415/120413234502-9fd44a239899fc24e37a1246a44381c5 (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.