Qualtrics FedRAMP CoreXM Enterprise Edition Advanced and Qualtrics Survey Services

expired opportunity(Expired)
From: Federal Government(Federal)
1333ND22QNB730144

Basic Details

started - 31 Mar, 2022 (about 2 years ago)

Start Date

31 Mar, 2022 (about 2 years ago)
due - 08 Apr, 2022 (about 2 years ago)

Due Date

08 Apr, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
1333ND22QNB730144

Identifier

1333ND22QNB730144
COMMERCE, DEPARTMENT OF

Customer / Agency

COMMERCE, DEPARTMENT OF (13458)NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (4487)DEPT OF COMMERCE NIST (4405)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 2022-04 dated 01/30/2022.The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 Software Publishers.  The small business size standard is $41.5 million. This acquisition is being competed under full and open competition.DESCRIPTION OF
REQUIREMENTSBackgroundThe Applied Economics Office (AEO) at the National Institute of Standards and Technology (NIST) conducts survey and data collection to support a number of projects. Data collection instruments (i.e., surveys) help gather data otherwise unavailable and fill in important gaps in understanding decision-making processes and individual-level outcomes.  The AEO has built a number of data collection instruments in collaboration with other institutions using the Qualtrics Platform.  To support its current mission, NIST requires Qualtrics FedRAMP CoreXM Enterprise Edition Advanced software licenses and Qualtrics survey services, including sampling and remuneration services.Brand Name Only Requirement IAW FAR 13.106-1(b)(1)(i):  Of the survey tools approved for use at NIST, Qualtrics is the only platform that can successfully support the Applied Economics Office’s (AEO) ongoing data collection needs as well as the requirement for remuneration services for survey respondents in upcoming critical work.  Only Qualtrics allows for increased data quality, reduced burden on the respondent, and complex study design.  In addition, Qualtrics offers more advanced reporting options with complex analytics capabilities built into the platform.  It also provides multiple options to create branches of questions based on logic and more logic choices during survey creation/coding.  Most importantly, the critical function of renumeration can only take place through Qualtrics, which is essential for AEO’s Wave 3 Survey which has been approved by OMB/IRB/OCC, in addition to other decision science data collection instruments to be developed using Qualtrics.ObjectivesThe scope of this procurement is the provision of Qualtrics FedRAMP CoreXM Enterprise Edition Advanced software licenses and Qualtrics survey support and remuneration services.Required SpecificationsPlease see the attached Statement of Requirements for details.PERIOD OF PERFORMANCEThe period of performance shall be a base and three (3) option years for the software licenses and 10 months from the date of award for the survey services.PAYMENT TERMSThe Contractor shall be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice, in accordance with the firm fixed price payment schedule established at time of award.APPLICABLE PROVISIONS AND CLAUSESPlease see the attached document for applicable provisions and clauses.QUESTION AND ANSWER PERIODCAR 1352.215-73 INQUIRIES (APR 2010): Offerors must submit all questions concerning this solicitation in writing electronically to Ms. January Magyar, Contract Specialist, at january.magyar@nist.gov. Questions must be received by or before April 6, 2022 at 5:00 PM 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 QUOTATIONSAll quotations must be submitted via email to Ms. January Magyar, Contract Specialist, at January.magyar@nist.gov. Submission must be received not later than April 8, 2022 at 3:00 PM ET.REQUIRED SUBMISSIONSThe Offeror’s quotation shall consist of two (2) volumes as detailed below. Each quotation volume shall include the Offeror’s name, UEI number, and CAGE code in the 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 ResponseThis volume shall contain the Offeror’s cover letter and technical response. Cover letter and technical response (not including cover page, table of contents, or key personnel resumes) shall not exceed ten (10) single sided pages. Text shall be no less than 12-point Arial font, or otherwise legible font, in read-only Microsoft Word or searchable Adobe PDF format.The cover letter shall include the name, title, phone number, and email address of the Offeror’s primary solicitation 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 documentation to demonstrate that it is an authorized reseller/partner of the OEM/Developer, Qualtrics, and a narrative description of the Offeror’s technical approach, clearly demonstrating the Offeror’s understanding of the survey services requirements and its ability to complete the requirements in accordance with the Statement of Requirements.Volume 2: Business ResponseThis volume shall contain the Offeror’s business response/quotation in read-only Microsoft Excel format or in searchable PDF format.  All figures must be rounded to the nearest hundredth. Quotations shall be submitted on a firm fixed price basis in accordance with the contract line item structure listed below.  FOR OPTION PERIODS, PRICES QUOTED SHALL BE EFFECTIVE FOR THE ENTIRE PERIOD OF PERFORMANCE. AWARD OF OPTION LINE ITEMS IS AT THE SOLE DISCRETION OF THE GOVERNMENT IN ACCORDANCE WITH FAR 52.217-7 and 52.217-9. BASE PERIOD:CLIN 0001 (Firm Fixed Price (FFP)):  Please provide a single, total Firm Fixed Price for CLIN 0001CLIN 0002A (FFP):  Please provide a single, total Firm Fixed Price for the Incentive Management services described Under CLIN 0002CLIN 0002B (Fixed Unit Price with Ceiling):  Please include the not-to-exceed ceiling amount established by the government of $8,000.00 for the completion of an estimated total of 400 15-minute surveys at a fixed rate of $5 and a total of 200 45-minute surveys at a fixed rate of $30.Please note the following:CLIN 0002B will only be billed at the fixed price/rate per 15-minute and 45-minute surveys that are completed.The contractor will bill the Government for only the surveys that are performed, at the fixed rate per each survey.CLIN 0003 (Fixed Unit Price with Ceiling):  Please include the not-to-exceed ceiling amount established by the government of $1,200.00 for the completion of additional survey(s) describe in CLIN 0003Please note the following:The contractor will bill the Government for only the surveys that are performed, at the fixed rate established, in writing by the NIST TPOC and Contracting Officer, per each survey.OPTIONAL TASK:CLIN 0004 (Fixed Unit Price with Ceiling):  Please include the not-to-exceed ceiling amount established by the government of $20,000.00 for the completion of additional survey(s) describe in CLIN 0004Please note the following:The contractor will bill the Government for only the surveys that are performed, at the fixed rate established, in writing by the NIST TPOC and Contracting Officer, per each survey.OPTION PERIODS:CLIN 1001 (FFP):  Please provide a single, total Firm Fixed Price for CLIN 1001, Option Period 1CLIN 2001 (FFP):  Please provide a single, total Firm Fixed Price for CLIN 2001, Option Period 2CLIN 3001 (FFP):  Please provide a single, total Firm Fixed Price for CLIN 3001, Option Period 3The following must also be included:Contractor Unique Entity Identifier (UEI)DUNS shall be used to verify the offeror’s active System for Award Management (SAM) registration. Offerors must have an active registration at www.SAM.Gov to be considered for award. Completed ProvisionsPlease complete the highlighted areas in the applicable provisions and clauses documents and return with submissions. CONTRACT LINE ITEM STRUCTURE:Responsible Offerors shall provide pricing for the following line item:LINE ITEM 0001:  Base Period:  The contractor shall provide a quantity of (2) Qualtrics FedRAMP CoreXM Enterprise Edition Advanced Concurrent Use License in accordance with the Statement of Requirements.LINE ITEM 0002A:  Base Period:  The contractor shall provide Qualtrics Incentive Management Survey Services in accordance with the Statement of Requirements.LINE ITEM 0002B:  Base Period:  The contractor shall provide Qualtrics Remuneration Services in accordance with the Statement of RequirementsLINE ITEM 0003:  Base Period:  The contractor shall provide Qualtrics Survey Services in accordance with the Statement of Requirements.LINE ITEM 0004:  Optional Task:  The contractor shall provide Qualtrics Survey Services in accordance with the Statement of Requirements.LINE ITEM 1001:  Option Period 1:  The contractor shall provide a quantity of (2) Qualtrics FedRAMP CoreXM Enterprise Edition Advanced Concurrent Use License in accordance with the Statement of Requirements.LINE ITEM 2001:  Option Period 2:  The contractor shall provide a quantity of (2) Qualtrics FedRAMP CoreXM Enterprise Edition Advanced Concurrent Use License in accordance with the Statement of Requirements.LINE ITEM 3001:  Option Period 3:  The contractor shall provide a quantity of (2) Qualtrics FedRAMP CoreXM Enterprise Edition Advanced Concurrent Use License in accordance with the Statement of Requirements.EVALUATION CRITERIA AND BASIS FOR AWARDIn accordance with FAR 52.212-2: Evaluation – Commercial Items as included in the attached Applicable Provisions and Clauses document, the Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, provides the lowest priced, technically acceptable quotation. Technically acceptable means that the Contractor successfully demonstrated their abilities to meet ALL requirements in the Statement of Requirements and complied with the Instructions to Offerors section of this solicitation. The Government anticipates making an award without discussions.Technical Approach/Capability: A quotation will only be considered technically acceptable if it clearly demonstrates compliance with the attached Statement of Requirements, provides pricing for each CLIN as a whole as instructed in this solicitation, and if the offeror is an authorized reseller/partner of the OEM/Developer, Qualtrics. The Government will evaluate the offeror’s technical approach for performing the requirements of CLINs 0002 and 0003 and Optional CLIN 0004, to confirm that the requirements of the Statement of Requirements will be complied with.Price:The Government will evaluate prices to determine whether they are fair and reasonable and have complied with the pricing instructions in this solicitation. 

Gaithersburg ,
 MD  20899  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Gaithersburg

You may also like

VMWARE NSX ADVANCED LOAD BALANCER ENTERPRISE

Due: 26 Sep, 2024 (in 4 months)Agency: U.S. MARSHALS SERVICE

SONARSOURCE ENTERPRISE EDITION SOFTWARE MAINTENANCE SUBSCRIPTION. RENEWAL OF 28321323FDX030030.

Due: 15 Mar, 2025 (in 10 months)Agency: SOCIAL SECURITY ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 511210
pscCode 7A21IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)