Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

R -- Technology Transfer Services

Notice Date
7/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-04-R-0127
 
Response Due
12/10/2004
 
Point of Contact
Veronica Anderson, Contract Specialist, Phone 732-323-2800, Fax 732-323-2359, - Elaine Lovering, Contract Specialist, Phone 732-323-5221, Fax 732-323-2359,
 
E-Mail Address
veronica.anderson@navy.mil, elaine.lovering@navy.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. This solicitation number N68335-04-R-0127 is issued as a competitive request for proposal (RFP). The Naval Air Warfare Center Lakehurst is establishing multiple Blanket Purchase Agreements to provide Technical Support for Technology Transfer and similar activities in support of the Naval Air Warfare Center Aircraft Division (NAWCAD) Business Development Office in the following Statement of Work (SOW). Technology Transfer Support for the NAWCAD Business Development Office Statement of Work 1.0 PURPOSE The purpose of this statement of work (SOW) is to provide technical support for technology transfer and similar activities at the Naval Air Warfare Center Aircraft Division. This SOW sets forth the efforts of the contractor. 2.0 SCOPE The specific tasks of this SOW are to research the impact of proposed legislation and DoD policy affecting Technology Transfer and public/private partnerships; investigate the commercialization potential of NAWCAD technology; assist in the commercial marketing of NAWCAD technology; propose new initiatives that further Technology Transfer return on investment; support the Business Development Office by assisting in the formation of technology transfer agreements, and investigate/propose technology transfer business strategies to enhance the NAWCAD's long range mission capability and support to the warfighter. 3.0 TASK DESCRIPTIONS 3.1 Task 1: The contractor shall assist in the organized transfer of commercially useful intellectual property, expertise, know-how, facilities, equipment, and real property (known hereafter as Technology) to private sector businesses and other entities. 3.2 Task 2: The contractor shall assist in technology, market, and partner identification and assessment; outreach with Federal, state, and local government entities, economic development activities, and universities and not-for-profit institutions; forming cooperative research and development agreements, patent licenses, real property use and other agreements to improve the quality and quantity of Technology Transfer and for the benefit of the NAWCAD and private sector organizations including the preparation of invention disclosures and materials that describe Technologies of interest to public and private sector organizations. 3.3 Task 3: The contractor shall assist in the development and presentation of short modules for instruction concerning Technology Transfer issues for scientists, engineers, managers and executives and the collection, preparation, recording, tracking and similar activities concerning Technology Transfer activities. 3.4 Task 4: The contractor shall work with private sector organizations to develop interest in NAWCAD technologies with a view toward licensing. 3.5 Task 5: The contractor shall prepare and/or present briefings, exhibits, and other materials as tasked. 4.0 DELIVERABLES: The contractor shall provide written monthly progress reports. The Government reserves the right to issue multiple Blanket Purchase Agreements with a maximum estimated value of $5,000,000.00 for the life of each Agreement and to repeat the solicitation process when the maximum estimated value has been exceeded. Individual orders will be issued on either a Firm-Fixed Price or Time & Materials basis. The Government reserves the right to issue orders at less than $2,500, under established BPA, without further competition. All orders over $2,500 will be competed among all firms awarded a Technology Transfer Services BPA. The Government reserves the right to award additional BPAs or release firms after the award of the initial Blanket Purchase Agreements. This synopsis serves as the entire solicitation. Interested firms should provide the following information for evaluation: (1) Technical Proposal (2) Past Performance (3) Past Experience (4) Five resumes of Key Personnel. TECHNICAL: Technical Proposals will be evaluated in accordance with requirements of the Statement or Work (SOW). (Limit 20 Pages) PAST PERFORMANCE: (Limit 10 Pages) The government will conduct a performance risk evaluation based upon the past performance of the offeror as it relates to the probability of successfully performing the Statement of Work (SOW) requirements. Evaluation of past performance will be based on consideration of all relevant facts and circumstances. The evaluation will include demonstrated past performance in quality of product or service; timeliness; business professionalism; and customer satisfaction. Information utilized will be obtained from the references listed in the proposal, other customers known to the Government, CPARS (if available), and others who may have useful and relevant information. The Government reserves the right to use past performance information obtained from sources other than those provided by the offeror, and that information will be used for the evaluation of past performance. In the case of an Offeror, or proposed employees of the Offeror, that do not have past contract performance information or with respect to which information on past contract performance is not available, the Offeror will not be evaluated favorably or unfavorably on the factor of past performance. 1. The offerors shall submit a list of contracts currently ongoing or completed within the last three years. These contracts must be directly related to the types of tasks that may result from the Statement of Work (SOW). 2. Offerors shall contact their past performance references and request that each reference submit the following information: · Name of Customer · Contract Number/Period of Performance · Contract Type · Total Contract Value · Point of Contact · Contract Work Description · Written Summary of Demonstrated Past Performance in the quality of product or service; timeliness; business professionalism; and customer satisfaction. PAST EXPERIENCE Offerors shall provide a brief summary of experience with particular emphasis on work performed for NAVAIR/NAWCAD Lakehurst and/or related to Technology Transfer Services (include project title and contract number). In making the determination of past experience, consideration will be given as to whether an offeror has experience in Technology Transfer Services. (Limit 10 Pages) KEY PERSONNEL RESUMES Offerors shall submit resumes for five (5) key personnel. (Limit 3 Pages for each resume) Once the BPA is established, costs will be evaluated as part of each individual delivery order. Firms should also indicate their size, status, and email address for a point of contact. Responses should be mailed to the Naval Air Warfare Center Aircraft Division Highway 547 Building 562, Room 110 Lakehurst, NJ 08733 Attention: Veronica Anderson or emailed to veronica.anderson@navy.mil and be received no later than December 10, 2004 at 4:00 p.m. BPAs based on this synopsis may be issued from the date of synopsis through December 31, 2004. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Doing Business” and “Open Solicitations.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-APR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N68335/N68335-04-R-0127/listing.html)
 
Record
SN00787803-F 20050415/050413214050 (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.