Ethernet-based Deterministic Network Design and Implementation
Solicitation Amendment 001: The purpose of this amendment is to provide answers to contractor questions, as attached. The solicitation response deadline remains unchanged. _______ This is a Combined S... Solicitation Amendment 001: The purpose of this amendment is to provide answers to contractor questions, as attached. The solicitation response deadline remains unchanged. _______ 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 of Commercial Items - as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 541512 - Computer Systems Design Services. The small business size standard is $27.5 Million. This request for quotation is issued on a total small business set aside basis. DESCRIPTION OF REQUIREMENTS Background The Advanced Network Technology Division (ANTD) at the National Institute of Standards and Technology (NIST) is developing a deterministic network for wide area measurement in power grid monitoring systems. With the proliferation of Ethernet-based networks and widening Phasor Measurement Unit (PMU) installations, future PMU characteristics will require synchronous data delivery with low latency, high reliability, and minimum jitter. In addition, keeping up with the ever increasing integration of multiple sub-networks to cope with the massive number of PMU devices, as well as other sensor and actuators, will require the support of high-speed deterministic network such as TT-Ethernet. Objectives The purpose of this acquisition is to procure contractor services in support of ethernet-based deterministic/time triggered network design and implementation. The objective is to develop a testbed that demonstrates the reliability and low latency of time triggered networks. Scope of Work & Specific Tasks Please see the attached Statement of Work. PERIOD OF PERFORMANCE The period of performance shall be April 28, 2020 through April 27, 2021. PLACE OF PERFORMANCE The place of performance shall be the NIST, Gaithersburg, Maryland campus. The contractor is required to go through NIST security procedures for badge/ID. CONTRACT TYPE & PAYMENT TERMS A firm fixed price purchase order is anticipated. Payment shall be made on a NET30 basis after inspection and acceptance of deliverables. APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): Offerors must submit all questions concerning this solicitation in writing electronically to Ms. Lauren Phelps, Contract Specialist, at lauren.phelps@nist.gov. Questions must be received by or before July 2, 2019 at 11:00 AM ET. 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). DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Ms. Lauren Phelps, Contract Specialist, at Lauren.Phelps@nist.gov. Submission must be received not later than July 16, 2019 at 11:00 AM ET. Note: Offerors must have an active registration at www.SAM.gov at time of offer submission to be considered for award. INSTRUCTIONS TO OFFERORS The Offeror's quotation shall be submitted electronically via email and shall consist of two volumes as detailed below. Each quotation volume shall include the Offeror's name, DUNS number, and point of contact information in a cover page, header/footer, or other easily identified location. The Contracting Officer intends to award a purchase order without discussions but reserves the right to enter into discussions if in the best interest of the Government. Volume 1: Technical Response This volume shall contain the Offeror's technical response. The technical response (not including table of contents) shall not exceed eighteen (18) single sided pages. Text shall be no less than 12-point Arial or otherwise reasonably legible font in read-only Microsoft Word or searchable Adobe PDF format. The technical response shall include the name, title, phone number, and email address of the Offeror's primary point of contact and the individual authorized to negotiate on behalf of the Offeror (if negotiations are determined to be necessary). The technical response shall include a narrative description of the Offeror's technical approach as well as a copy of the resume of the proposed key personnel. The technical response shall also include past performance information for at least three (3) purchase orders or contracts in which the Offeror performed work similar to the scope of this requirement. Past performance information provided shall be for work performed within the past five (5) years. Past performance shall include the following information: 1. Name of the Organization Supported 2. Organization Point of Contact with Current Phone Number and Email Address 3. Contract Number 4. Period of Performance 5. Dollar Value of the Contract 6. Narrative describing the services performed. The narrative should make clear similarities to the scope of work outlined in this solicitation. Volume 2: Price Quotation This volume shall contain the Offeror's price quotation in read-only Microsoft Excel format, or in searchable PDF format. All figures must be rounded to the nearest hundredth. Price quotations shall be submitted on a firm fixed price basis in accordance with the contract line item numbering structure identified in this solicitation. Quotations shall be valid for 60 days after solicitation close. To assist the Government in evaluating firm fixed price quotations, the offeror shall provide a breakdown of the proposed labor categories to be used and estimated hours per labor category. Offerors shall also include a proposed fixed price payment schedule based on requirement milestones/deliverables. CONTRACT LINE ITEM STRUCTURE: Responsible Offerors shall provide pricing for the following line item: LINE ITEM 001: Ethernet-Based Deterministic Network Design and Implementation Services in accordance with the attached Statement of Work. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the responsible Offeror whose quotation represents best value to the Agency. Best value shall be determined using the trade-off evaluation method. Quotations shall be evaluated against three (3) technical evaluation factors and price. Technical evaluation factors include the following in descending order of importance: 1) Technical Approach, 2) Key Personnel and 3) Past Performance. Technical factors when combined shall be considered more important than Price. 1. Technical Approach Quotations shall be evaluated for: • Understanding of power grid networks and the specific work requirements identified in the Statement of Work • Realism and efficiency of the Offeror's proposed methods for completing the work requirements • Understanding of schedule requirements and the reasonableness of proposed methods for timely completion of deliverables 2. Key Personnel Quotations shall be evaluated for the degree to which the proposed key personnel meets or exceeds the minimum key personnel requirements. 3. Past Performance The Offeror's past performance will be evaluated to determine the extent to which the offeror has demonstrated the ability to successfully complete work of the scope described in the Statement of Work. Specific attributes to be considered are the contractor's record of performance in successfully supplying power grid network design support services on schedule for requirements of similar size and scope to the Statement of Work. The government will consider performance on efforts completed or substantially completed within the past five (5) years. Evidence of prior performance may include official evaluation information from prior engagements, such as CPARS records. 4. Price Quoted prices will be evaluated but not scored. Price evaluation will determine whether the proposed prices are complete and reasonable in relation to the RFQ requirements Price evaluation will also determine whether the proposed level of effort is reasonable in relation to the RFQ requirements.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »