Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2003 FBO #0532
MODIFICATION

R -- B.A.A. - USAF Mentor Protege program

Notice Date
5/13/2003
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), FTS, 7T-6 Southwest Texas, 727 E. Durango, Rm A105, San Antonio, TX, 78206-1283
 
ZIP Code
78206-1283
 
Solicitation Number
FI5730008T6
 
Response Due
6/13/2003
 
Point of Contact
Clifford Trowbridge, Contracting Officer, Phone 210-341-8376, Fax 210-341-8304, - Clifford Trowbridge, Contracting Officer, Phone 210-341-8376, Fax 210-341-8304,
 
E-Mail Address
clifford.trowbridge@gsa.gov, clifford.trowbridge@gsa.gov
 
Description
THIS MODIFICATION ESTABLISHES A REVISED PROPOSAL RECEIPT DATE FOR ROUND II (SEE TEXT) BROAD AGENCY ANNOUNCEMENT (BAA) FI5730008T6, U.S. AIR FORCE (AF) MENTOR-PROTEGE PROGRAM FOR THE AIR FORCE MENTOR-PROTEGE CENTER OF EXCELLENCE 311th HUMAN SYSTEMS WING SMALL BUSINESS OFFICE (HSW/BC). POC: Clifford Trowbridge, (210) 341-8376: mailto:clifford.trowbridge@gsa.gov or Karen Beyer, (210) 341-8345: karen.beyer@gsa.gov. All questions must be submitted in writing to Clifford Trowbridge or Karen Beyer. A. INTRODUCTION: The Government intends to fund Mentor-Protege agreements by issuing contracts over three separate award cycles. The schedule for Round I is as follows: Round I Proposals must be received no later than 14 February 2003, 3:00 PM, Central Time, in order to be considered for the initial round of awards. The initial award cycle will follow on or about 15 April 2003. The schedule for Round II receipt of proposals is 13 June 2003, 3:00pm Central Time and Round III receipt of proposals will be 15 October 2003, 3:00pm Central Time. This BAA announcement will remain in effect until 15 Oct 03. For additional Air Force Mentor-Protege Program Information, visit http://www.brooks.af.mil/HSW/BC/MP . Proposals submitted in response to this announcement shall be submitted through the GSA web based Information Technology Solutions Shop (ITSS). Contractors are responsible for registering with ITSS. (http://it-solutions.gsa.gov) The Government has reserved limited funding for 10 awards under an AF initiative restricted to teams proposing proteges who are start-up Native American Owned and/or Women Owned Businesses. B. OBJECTIVE: The purpose of this DoD program is to incentivize DoD contractors to assist small disadvantaged business (SDBs) in enhancing their capabilities to satisfy DoD and other contract and subcontract requirements, and to increase the overall participation of SDBs in the DoD market place. The objective is to help foster the relationship between the two parties to increase the industrial supplier base and enable SDB transition from sub- to prime contractors. An additional intent is to increase subcontract opportunities under the Mentor's contracts, DoD contracts, other government agency contracts, and commercial contracts. Under this program, companies approved as mentor firms will enter into mentor-protege agreements with eligible SDBs to provide appropriate developmental assistance to enhance their protege capabilities in the technology areas listed in this BAA under Section D. The anticipated developmental assistance areas shall include: technology transfer, engineering and technical matters such as production, inventory control, quality assurance, and any other assistance designed to develop the capabilities of the protege firm under the development program. A complete description of the program and eligibility requirements are provided in Appendix I of the Defense Federal Acquisition Regulation Supplement (DFARS). C. APPROACH: The Government intends to use a competitive Two Tiered approach under this announcement. TWO-TIERED COMPETITION The Two-Tiered initiative applies to teams proposing proteges who are start-up Native American Owned and/or Women Owned Businesses. The AF envisions these Protege(s) shall qualify within half the size standards of the stated NAICS in Section D. The mentor and protege firm shall agree upon a proposed technology (IAW Section D of this announcement) and outline their approach to Tier One activities in a 10-page White Paper. This White Paper will serve as the proposal for teams wishing to participate in the Two-Tiered approach. During Tier One the HBCU/MI shall evaluate the protegees business needs, conduct market research, and produce a business plan to position the Protege to accept the future transfer of the agreed upon technology. During Tier One the Business Plan will be completed and a program review conducted. Teams progressing into Tier Two will be down-selected based on program review analyses. The AF will request an expanded White Paper from those teams demonstrating progress and achievement of the stated goals during Tier One. Tier Two will focus on implementing technology transfer and business infrastructure improvements identified during Tier One. The expanded White Paper will serve as the Tier Two Program Plan and must include a detailed schedule, program goals and expected posture at the end of the program. Award dates under this initiative may differ from the full and open competition. ADDITIONAL INFORMATION The GSA intends to award contracts with eligible mentors in accordance with the DoD Mentor-Protege Program. The period of performance for the Two-Tiered contract will be six months from date of award for Tier One and 18 months for Tier Two. Offerors shall provide proposed costs and supporting documentation for the 6-month period of performance only. The Two-Tiered proposals must demonstrate team compatibility and established mutual goals prior to submittal. The Tier One efforts will comprise an in-depth business needs evaluation, market research, and result in a Business Plan to position the Protege to accept the future transfer of more advanced technology. Tier One activities shall focus on preparing the Protege to accept a specific technology, within the identified thrust areas, to be transferred during tier two. PROPOSAL PREPARATION INSTRUCTIONS The contractor shall provide an original and 4 copies. All volumes of the proposal must be in a 3-ring binder, for a total of five binders. Proposal format shall be single sided 8 1/2 X 11 pages, 12-point font with (1) one inch margins, two columns. Page limitations are exclusive of tables of contents, indexes, the Mentor application, and the Mentor-Protege agreement. Photographs, foldouts, appendixes and attachments are inclusive of page counts. Each proposal shall be valid for 90 days past BAA closure date of 15 October 03. WHITE PAPER PREPARATION INSTRUCTIONS Volume One: White Paper Cover Sheet (Attachment 01) The Mentor's information shall include a brief description and background with current number of employees and annual revenues. Detailed Protege baseline information shall include: Gross Revenue Year to Date, Current Staff size in person hours (total staff # direct and indirect, full and part time, including contract employees and consultants), Current numbers of contracts awarded and for which work is being performed (from the mentor, other primes, other federal agencies, and commercial). For IDIQ contracts/GSA Schedules provide number of delivery orders and dollar values for each. Facilities information: For Proteges in the Services Sector provide number of offices and locations (include on-site government offices); For Proteges in the Manufacturing Sector provide locations and size of shop space. The White Paper will describe the role of the Mentor and the HBCU/MI in evaluating business needs, conducting market research and producing a business plan to position the Prot?g? to accept the transfer of more advanced technology. Offerors should describe program expectations for all concerned parties. Offerors may refer to the AF M-P Handbook for examples and/or guidance. Attachments to the White Paper must include: Mentor-Protege Agreement(s), 10 page maximum, Evidence confirming the Protege is an Emerging Small Business (ESB) IAW FAR19.1002 and a (Small WOB as defined in Section 8(d)(3) (D) of the Small Business Act or a Native American Firm meeting SDB certification per SBA requirements) NOTE: This is a stand-alone document that should not reference portions of the White Paper, Mentor Application, 10 page maximum, (download template from the DoD Mentor-Protege website www.acq.osd.mil/sadbu/mentor_protege) and is applicable to firms not previously approved as a mentor. If a company is an approved mentor, include a copy of the DoD approval letter, and Mentor and Protege Past Performance Information which shall consist of any formal or informal mentor-protege experience, 2 page maximum. Volume Two: Cost Volume Cost volume; unlimited number of pages (and 2 diskettes). The cost volume shall be presented in accordance with Excel spreadsheet template at Attachment 02. The labor categories and task descriptions presented in the template are examples only. The actual categories and task descriptions are dependent on the contractor's approach. In addition, this volume shall contain support for all costs proposed. If any forward pricing agreements are being used, offers should state so in their proposals, along with the cognizant DCAA office. Volume Three: Model Contract Model Contract, Representations and Certifications - The model contract, will be made available on the FedBizOpps website. The model contract includes contract data requirements list, representations and certifications and a statement that the Mentor is willing to accept Quick Closeout procedures. Only those offerors with an acceptable technical evaluation will be required to submit Volume Three. Volume Three shall NOT be placed in a three ring binder. Proposals lacking any of the documents required pursuant to this BAA, or required number of volumes, diskettes, etc. may be returned or destroyed without evaluation. BASIS FOR AWARD Proposals received will be evaluated on how well their proposal satisfies the evaluation criteria listed below in descending order of importance: 1. Quantified protege subcontracting opportunities within existing and future mentor contracts and other prime contractors which will occur during Tier Two and beyond, 2. Demonstrated team compatibility and established mutual goals (Corporate commitment; Team management structure/organization and problem resolution), 3. Description of the approach to satisfy the developmental needs of the identified protege and the anticipated transfer of advanced technology during tier two, 4. Active, meaningful, involvement of Historically Black Colleges and Universities and Minority Institutions. Proposal shall identify proposed HBCU/MI roles providing specific assistance to protege firms. Proposals merely identifying a school may not be considered, 5. Relevance to Air Force/DoD/Government/Commercial programs, General consideration will be given to relevant past and present performance. Cost is considered to be of secondary importance in the evaluation. Contractors are hereby notified that a private contractor will assist the Government in the evaluation of all proposals. Proposals will be ranked from highest to lowest across all technology areas. Awards will be made starting at the highest rated proposal, descending down in order until all funds have been allocated. The dollar amount of individual awards may vary, however typical Two-Tiered awards are anticipated to be in the $50,000 to $75,000 range for the initial tier period of performance and $175,000 to $200,000 for the second tier period of performance. Offerors are advised only contracting officers are legally authorized to commit the government to an award under this BAA and each award is subject to availability of funds. The cost of preparing proposals is not an allowable direct charge to any contract award as a result of this announcement; nor is proposal preparation cost allowable on any other contract. Proposal costs, however, may be an allowable indirect expense to the normal bid and proposal (B&P) indirect costs in accordance with FAR 31.205-18. D. NORTH AMERICAN INDUSTRIAL CLASSIFICATIONS SYSTEM (NAICS) Two-Tiered Competition awards will be made to teams proposing the NAICS listed in the table below. All NAICS areas are equal in weight. In addition, Homeland Defense initiatives are applicable to all of the listed NAICS. No other NAICS codes will be considered. NAICS DESCRIPTION 3344 Semiconductor & Other Electronic Component Mfg 3345 Navigational, Measuring, Electromedical, and Control Instruments 3353 Electrical Equip Mfg 3359 Other Elec. Equip & Component Mfg 3364 Aerospace Product & Part Mfg 4881 Support Activities for Air Transportation 5413 Architectural, Engineering & Related Services 5415 Computer Systems Design & Related Services 541614 Process, Physical Dist, and Logistics Consulting Services 541620 Environmental Consulting Services 5612 Facilities Support Services 562910 Environmental Remediation E. INTENT TO AWARD MULTIPLE CONTRACTS: The Government intends to award up to ten Two-Tiered awards to proposals identifying qualified, approved Native American Owned and Women Owned Business concerns as Proteges over the period of the BAA validity date. The Government intends to award without discussions. The remaining proposals, not awarded contracts, will remain in ranked order. Proposals received after the initial submittal will be evaluated against the above stated criteria and will be rank ordered within the existing list of proposals. Any proposal with a score equal to an earlier submitted proposal will fall in place after the proposal first received. F. POST AWARD CONFERENCE: The AF intends to host a post award conference at Brooks AFB, after each award cycle. All successful mentor and protege award winners are required to attend.
 
Place of Performance
Address: HSW/BC, Brooks AFB, Tx
 
Record
SN00323434-W 20030515/030513213925 (fbodaily.com)
 
Source
FedBizOpps.gov 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.