Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2004 FBO #0842
MODIFICATION

B -- Quntitative Benefit-Cost Analyses for NIST Advance Technology Program

Notice Date
3/15/2004
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-SS-2004-01
 
Response Due
5/31/2004
 
Archive Date
6/15/2004
 
Point of Contact
Romena Moy, Contract Specialist, Phone (301) 975-4999, Fax (301) 975-8884,
 
E-Mail Address
Romena.Moy@nist.gov
 
Description
MODIFICATION *** This announcement notifies all interested parties of an additional opportunity to provide information to the Department of Commerce, National Institute of Standards and Technology (NIST) regarding the Sources Sought/Market Research announcement for Reference-Number-SS-2004-01. If a response has already been submitted to this Sources Sought notice, no other response is needed. Based on responses already received, NIST intends to issue a solicitation against GSA schedule and award a Blanket Purchase Agreement (BPA) resulting from that solicitation. Any responses received to date from GSA schedule holders will be invited to participate in this solicitation. Responses to this notice are not required for eligibility to reply to the solicitation. A determination has not yet been made whether or not to set-aside the solicitation for small businesses. Our intent is to issue a solicitation by July 1, 2004, with an award by September 30, 2004. Multiple awards are anticipated. Requests for other pertinent information may be addressed to the technical point of contact, Janet Brumby, email address is Janet.Brumby@nist.gov. The contractual point of contact is Romena.Moy@nist.gov. *** ORIGINAL NOTICE *** The National Institute of Standards and Technology is seeking sources with the capabilities to perform in-depth quantitative benefit-cost analyses of individual technology development projects and aggregates of projects funded by the Advanced Technology Program since its inception in 1990. *** Quantitative benefit-cost case studies are a foundation of ATP assessment of project outcomes and impacts in the longer term. They have become instrumental in NIST-level budget documents and financial reporting as well as ATP reports to various stakeholders. OMB, in particular, expects to see return on investment results, and has increased its expectations for “retrospective” analyses of benefits actually realized by the program to date, as compared with “prospective” analyses, as time has passed. The utility of these studies depends on consistency and clarity of analysis and on the communication and presentation of complex concepts and results to a lay audience. *** Addressing the multi-faceted mission of the Advanced Technology Program “to accelerate the development of innovative technologies of broad public benefit undertaken through partnerships with the private sector”, studies will identify and quantify technical accomplishments, quantify private and public benefits and costs, and identify broader, less quantifiable impacts on industrial innovation and societal impact. State-of-the art analysis techniques are expected to include traditional cash flow analysis directed at private and social rate of return measures and/or other approaches such as macroeconomic modeling, simulation, or econometrics, as appropriate. Emphasis will be on ATP projects where the period of ATP funding has ended and commercialization has begun. *** Some task orders are anticipated to require a team approach, or a network of experts, encompassing specifically, scientist, economist, and/or financial market expertise. Others may emphasize development of training modules or convening of workshops to explore issues in benefit-cost analysis techniques applied to early stage technology development projects undertaken by industry with private-public funding. *** Examples of studies currently being considered (not exhaustive) include the following: *** (1) Case studies of a single project, a cluster of similar technologies or applications, or a group of projects under an ATP focused program. Studies will involve quantitative analysis of benefits and costs from product or process technologies. Such studies will emphasize projects where the ATP-funded technology development phase is complete, and commercialization has begun. (2) Case studies of complex projects, such as large joint ventures or groups of related projects involving substantial technology diffusion and potentially impacting multiple industries or multiple segments of a given industry. Some of these studies are expected to require methodology development for tracing impacts in unanticipated applications and industries and to involve complex ATP attribution issues. (3) Projects involving modeling of globalization of technology and trade. Studies are expected to require modeling of economic benefits to U.S. consumers from ATP-funded technologies commercialized abroad. (4) Workshops devoted to theoretical and practical issues in performing benefit-cost analysis; for example: appropriate use of private v. public v. social measures of return; confidentiality of company information; handling the counterfactual and program attributions; and definition of measures and/or new approaches; and possibilities for use of control groups. *** It is estimated that 1-2 task orders, amounting to $200,000–400,000 will be issued per year, beginning in FY 04. *** Information furnished must not exceed 10 pages and should include background information, contracts both Government and commercial for similar services, and references; i.e., names, titles, telephone numbers and any other information serving to document the organization’s capability for ATP to perform a proper evaluation of the capability statement. *** Interested parties shall provide the Government with information as follows: (1) Name of Company-include a contact person's name, telephone number, and email address; (2) Company Address; (3) Company Size (please specify as either-Large, Small, Small Disadvantaged, Woman Owned Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, 8(a), or Hubzone Small Business); (4) Identify whether you are interested in this acquisition as a prime contractor or a subcontractor; (5) Identify whether the services identified in the Draft Statement of Work are of a type offered and sold competitively in substantial quantities in the commercial marketplace based on established catalog or market prices and whether these services are exclusively provided to the Government; (6) Identify standard commercial terms and conditions typically associated with these services; (7) Describe experience and past performance with similar types of requirements of similar scope and magnitude and whether they were performance-based - include the contract number; Government agency name and address; contract funded amount; (8) Identify existing or potential pricing structure in support of this type of work; and (9) Identify qualifications of technical and management personnel. *** THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. *** Firms interested in performing this requirement may reply to this Sources Sought by addressing the elements above and any processes that would be used. Replies shall be provided in duplicate (one original and one copy). Proprietary processes or data must be clearly marked and documented as such. Respondents should include applicable Dun and Bradstreet Number (DUNS), Tax Identification Number (TIN) and Central Contractor Register Number (CCR). The Government will not pay for any materials furnished in response to this synopsis. Submittals furnished will not be returned to sender. Requests for other pertinent information may be address to Romena Moy at (301) 975-4999. Point of contact e-mail address is Romena.Moy@nist.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/Reference-Number-SS-2004-01/listing.html)
 
Place of Performance
Address: 100 Bureau Drive Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00545407-F 20040317/040315224216 (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.