Indefinite Delivery/Indefinite Quantity (IDIQ) for the NIST’s Scientific Research for Reducing Risks due to Environmental and Man-made Hazards Project
ID: 1333ND24QNB730002Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)
Timeline
    Description

    The Department of Commerce's National Institute of Standards and Technology (NIST) seeks technical and administrative support for its high-priority project, aiming to reduce risks from environmental and man-made hazards through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This project requires a diverse range of specialized skills, encompassing problem-focused research and development, technology synthesis, and project planning. The NIST aims to award multiple contracts, each with a five-year term and a maximum cumulative value of $9.75 million, offering a comprehensive solution to its hazard reduction objectives. Interested parties should submit their proposals by the extended deadline of August 30th, 2024, to be considered for this important and impactful initiative.

    Files
    Title
    Posted
    This solicitation outlines a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract from the National Institute of Standards and Technology (NIST) to provide technical and administrative support for the Reducing Risks due to Environmental and Man-Made Hazards Project, with an expected duration of five years and a ceiling value of $9.75 million. The proposal must include qualifications for specified labor categories, pricing information, and detailed technical approaches, with a clear emphasis on understanding the work requirements and demonstrating proven experience in related tasks. Evaluation will be based on a best value trade-off approach that prioritizes non-price factors such as technical capability and past performance over cost considerations.
    This document outlines the solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with the National Institute of Standards and Technology (NIST) for Technical and Administrative Support Services related to environmental hazards. The contract aims to provide technical support to enhance resilience against environmental and man-made hazards over a term of five years with a minimum funding of $20,000 and a maximum cumulative value of $9.75 million. Offerors are advised on proposal submission requirements, including technical and pricing volumes, evaluation criteria, and compliance with various government regulations and standards.
    This amendment aims to publicly address inquiries from interested parties and extend the solicitation response deadline from August 19, 2024, to August 30, 2024, both at 12:00 pm EST.
    The document consists of a series of questions and responses pertaining to a solicitation process for an IDIQ contract by NIST, addressing concerns regarding access to research facilities, key personnel requirements, proposal submission guidelines, and meeting expectations. Key points include that onsite presence for key personnel is not required, task order meetings are dependent on individual task scopes, and the solicitation does not include mock task orders or a requirement for organizational charts. Clarity was provided regarding page limits, documentation expectations for key personnel, and the submission process, emphasizing that all submissions must be electronic.
    The document presents a rate summary for various positions over five years, detailing both government (onsite) and contractor (offsite) roles, but all data cells are currently empty. No numerical rates or average escalations are available for review. This indicates incomplete data or potential omission of information regarding compensation for listed roles.
    The document outlines various components of a solicitation process, including multiple Standard Form 33 (SF-33) submissions, performance work statements, and key personnel listings across several mock task orders. It includes sections on instructions, evaluation factors, and an extensive index of attachments related to IDIQ labor categories. The content indicates a structured approach to facilitate understanding and evaluation of the solicitation requirements.
    The Past Performance Information Questionnaire is designed for references to evaluate a contractor's performance on a specific project, covering areas such as quality, management, staff retention, timeliness, and cost control. Respondents must complete the questionnaire and provide ratings along with any remarks regarding the contractor's performance, especially if there are deficiencies. The completed questionnaire should be returned electronically to the evaluated vendor for inclusion in their proposal submission.
    This pre-solicitation notice announces an upcoming multiple award IDIQ contract for technical and administrative support services related to environmental and man-made hazard risks for the National Institute of Standards and Technology (NIST). Proposals will be evaluated based on a Best Value trade-off method, with a response deadline anticipated to be 30 days post-solicitation issuance. Interested offerors must register in the System for Award Management (SAM) to be eligible for submission.
    Similar Opportunities
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the Hazard Mitigation Technical Assistance Program (HMTAP), specifically for Non-Architectural and Engineering (Non-A&E) services. The procurement aims to establish three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts across designated geographic zones in the United States, enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation efforts. These services are critical for supporting resilience grants, conducting environmental assessments, and ensuring compliance with federal regulations related to disaster mitigation. Interested contractors must submit their proposals by Tuesday, November 12, 2024, at 2 PM ET, with a total contract value potentially reaching $93.3 million per contract. For further inquiries, contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    SME Svcs for NAIS Application
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking proposals for Subject Matter Expert (SME) services related to the National Associate Information System (NAIS). The procurement aims to engage contractors with prior experience in the NAIS system to perform critical tasks such as reverse engineering the software, documenting functionalities, and executing functional test cases over a project period from December 1, 2024, to November 30, 2028. This initiative underscores the importance of leveraging small businesses, particularly women-owned small businesses, in federal contracting while ensuring compliance with security protocols and effective project delivery. Interested parties must submit their proposals by October 29, 2024, and direct any questions to Gina Lee at gina.lee@nist.gov or by phone at 301-975-8334.
    Quantitative Analytical Testing
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST), part of the Department of Commerce, is seeking vendors capable of providing quantitative analytical testing services for various analyte classes and matrix groups, including foods, supplements, and environmental solutions. This Sources Sought Notice (NIST-MML-25-SS01) aims to gather detailed information on vendors' testing capabilities, including methodologies, turnaround times, testing capacity, accreditations, and data reporting formats, as part of market research rather than a solicitation for proposals. The information collected will inform future procurement processes, with a Request for Quotation anticipated in early FY2025 and contract awards expected by mid-FY2025. Interested parties should respond with their organizational capabilities and experience to Don Graham at deg@NIST.GOV by the specified deadline.
    Applicare Support & Maintenance Services
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) intends to procure Applicare Support & Maintenance Services through a sole-source contract with Louisville Lightspeed Project Management, LLC. This procurement includes software renewal, security patches, upgrades, technical support for troubleshooting, and 120 hours of assistance with product customization and installation for the Applicare software, which is essential for performance monitoring of web applications via synthetic transactions. The contract is set to run for one year, from January 1, 2025, to December 31, 2025, reflecting NIST's commitment to maintaining efficient web application performance monitoring. Interested parties may submit their capability statements within 10 days of the announcement, and for further inquiries, they can contact Gina Lee at gina.lee@nist.gov or call 301-975-8334.
    Office of Advanced Manufacturing (OAM) being a Foundational Sponsor for the 2024 Manufacturing Momentum Summit - Combined Sources Sought/Notice of Intent to Sole Source
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking sources capable of providing foundational sponsorship for the 2024 Manufacturing Momentum Summit. The requirements for this sponsorship include registrations for various NIST teams, speaker opportunities, display space for Manufacturing USA Institutes, and recognition in event communications. This sponsorship is crucial for promoting advanced manufacturing initiatives and fostering collaboration among industry stakeholders. Interested parties should respond to Robert Singman at robert.singman@nist.gov by October 15, 2024, with their capabilities and any questions regarding the opportunity.
    B--Harmful Algal Blooms (HABs) Analytical Services
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Geological Survey (USGS), is seeking qualified small businesses to provide Harmful Algal Blooms (HABs) Analytical Services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contractor will be responsible for conducting a variety of scientific analyses on environmental matrices, including water and biological samples, adhering to standardized methods established by the U.S. Environmental Protection Agency and other relevant organizations. This initiative is crucial for monitoring and understanding the environmental impacts of harmful algal blooms, supporting regulatory investigations and scientific research efforts across various sites in the U.S. The total contract value is approximately $9.3 million, spanning five years with a potential six-month extension, and the solicitation is anticipated to be released around December 15, 2024. Interested parties can contact Jennifer Rollin at jrollin@usgs.gov or by phone at 303-236-9321 for further information.
    CONSTRUCTION HAZMAT & AML RESPONSE IDIQ
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the Construction HAZMAT & AML Response Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at addressing hazardous materials and abandoned mine lands across various Western states. Contractors will be required to perform environmental construction services, including hazardous substance removal actions, site assessments, and compliance with environmental regulations under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). This initiative is critical for restoring ecological integrity and ensuring public safety in areas affected by historical mining activities. Proposals are due by November 11, 2024, with a maximum contract ceiling of $45 million and a minimum task order of $5,000, and interested parties should contact Greetchen Jeremie at gjeremie@blm.gov for further details.
    Hardware and Software upgrade for IMS 1280
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking information from potential vendors for a hardware and software upgrade for the IMS 1280 mass spectrometer. The procurement aims to enhance the instrument control software and computer systems, including necessary cables and OEM software, along with a software manual. This upgrade is crucial for maintaining the operational efficiency of the analytical laboratory instrument, which plays a significant role in various scientific applications. Interested parties are encouraged to submit their capabilities and relevant information to Don Graham at deg@nist.gov by the specified response date, as NIST anticipates issuing a Request for Quotation in early FY2025, with contract awards expected by the third quarter of FY2025.
    Davis-Bacon Prevailing Wage Certified Payroll Platform
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking vendors to provide a Davis-Bacon Prevailing Wage Certified Payroll Platform as part of an initiative under the CHIPS and Science Act of 2022. The platform aims to streamline compliance with wage requirements for federally funded construction projects in semiconductor manufacturing, featuring centralized certified payroll reporting, demographic data collection, and a robust compliance monitoring system, all while ensuring FEDRAMP approval and strict security controls. This procurement is crucial for enhancing transparency in labor practices and efficient management of federal funding, with a contract that includes a 12-month base period and four optional extension years. Interested businesses should submit their capability statements to Lia M. Arthofer at lia.arthofer@nist.gov by the specified deadline, as the government will not pay for information received during this sources sought announcement.
    NIAID PROFESSIONAL, SCIENTIFIC AND TECHNICAL SUPPORT SERVICES (PSTSS)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is issuing a presolicitation notice for professional, scientific, and technical support services under RFP number 75N93023R00010. This procurement aims to secure a re-competition of existing contracts to support NIAID's mission in research, vaccine development, and management of infectious diseases, with key tasks including laboratory support, clinical trials, and consultancy in various scientific specialties. The anticipated contract duration is five years, commencing on June 1, 2025, with proposals expected to be submitted electronically after the RFP release around October 24, 2024. Interested vendors should contact Rosemary Gomes at Rosemary.Gomes@nih.gov or Kristel Turansky at Kristel.Turansky@nih.gov for further information.