Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

R -- Science and Technology (S&T) Professional Technical Services

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00030 Director, Strategic Systems Programs 2521 S Clark Street Suite 1000 Arlington, VA
 
ZIP Code
00000
 
Solicitation Number
N0003007R0018
 
Response Due
8/31/2006
 
Archive Date
9/14/2006
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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. (ii) This solicitation is No. N00030-07-R-0018 and is issued as a request for proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11 and DFARS Change Notice 20060616 . (iv) This solicitation is a small business set-aside. The applicable North American Industry Classification System Code is 541611 - $6 million. (v) Item 0001 FY07 ? Science and Technology (S & T) Professional Technical Services Item 0002 FY07 ? Science and Technology (S & T) Professional Technical Services (SBIR) Item 0003 FY08 ? Science and Technology (S & T) Professional Technical Services (Option) Item 0004 FY08 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) Item 0005 FY09 ? Science and Technology (S & T) Professional Technical Services (Option) Item 0006 FY09 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) Item 0007 FY10 ? Science and Technology (S & T) Professional Technical Services (Option) Item 0008 FY10 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) Item 0009 FY11 ? Science and Technology (S & T) Professional Technical Services (Option) Item 0010 FY11 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) Item 0011 Contract Data Requirements List (CDRLs) (vi) Item 0001 ?FY07 ? Science and Technology (S & T) Professional Technical Services (Firm-Fixed Price?Level of Effort) During the period from the date of award through 30 September 2007, the Contractor shall make available and employ its facilities, personnel at the level of effort set forth in the Level of Effort clause below, services of others, and materials, and shall use its best efforts to perform the following: Task A. S&T Planning. The contractor shall provide technical services for the implementation and updating of leveraging S&T efforts as described in the Strategic Systems Programs (SSP) S&T Plan and Technology Road maps, which are compilations of the SSP branch plans for new efforts that are used to prepare and coordinate an overall SSP strategy for the Strategic Weapon System?s growth and modification. The Roadmap?s programs of interest include Advanced Concept Technology Demonstrations (ACTDs), Chief Technology Transfer Office Deals, Small Business Innovative Research (SBIR), Historically Black Colleges and University (HBCU) and Minority Institutions (MI) efforts, Manufacturing Technology programs (ManTech), Future Naval Capabilities, and others from government and industry which may be identified as potential candidates for leveraging Research & Development (R&D) funding into SSP programs. Task B. Requirements. The contractor shall maintain SSP S&T requirements. The contractor shall interface with SSP division/branch personnel to solicit, catalog, update and maintain the S&T requirements. The contractor shall review and make recommendations regarding requirements generation and shall identify technology shortfalls/gaps that are not being addressed. This task shall include liaison with Department of the Navy (DoN) officials for ensuring that SSP requirements are represented. The contractor shall also provide support in updating the SSP Research, Development, Testing and Evaluation (RDT&E) Requirements Review. Task C. Program Development. The contractor shall assist SSP in the development and submission of S&T candidate proposals that meet program requirements. Task D. Transitioning. The contractor shall review and assess S&T efforts, which will transition to SSP platform and weapons applications. This task includes the identification of funding, tasks, and resolution of technical issues that are required for program execution. Task E. Information Management. The contractor shall prepare draft inputs to letters and communications that discuss S&T planning and execution, and shall develop briefing materials for the program office. This includes preparation of the task descriptions and accomplishments for Technologies for Sustainment of Strategic Systems (TS3), updating the SSP Acquisition Plan, and providing inputs to updating the SBIR Web page. Task F. Meetings, Conferences, & Symposia. The contractor shall attend S&T meetings in the execution of the tasks listed above. This includes the Sea Strike Integrated Product Team (SCIPT) meetings and SBIR conferences. Item 0002 ?FY07 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Firm-Fixed Price?Level of Effort) During the period from the date of award through 30 September 2007, the Contractor shall make available and employ its facilities, personnel at the level of effort set forth in the Level of Effort clause below, services of others, and materials, and shall use its best efforts to provide SBIR related engineering , technical, programmatic and analytical support to the Strategic Systems Programs, Naval Surface Warfare Center, Dahlgren Division (NSWCDD), and Missile Defense Agency (MDA) Small Business Innovation Research (SBIR) Program Offices for the execution of their related programs, and shall perform the following: Task A. Program Office Support. The contractor shall provide Small Business Innovative Research (SBIR) Program support for assessments and analyses of the management of research and development projects, including those related to Weapons and Shipboard Systems, subsystems, and components. Provide technical support to Program staff in execution of the SBIR Program. Specific support will typically include the following: training in SBIR regulations, policy, and business practices; reporting on and documenting management assessment topics; preparing technical responses, presentation materials, and schedules and charts. Task B. Meetings, Conferences, & Symposia. The contractor shall attend SBIR related meetings and conferences in the execution of the tasks listed above. This includes participating in panels and working groups and resolving actions resulting from the meetings. Item 0003 ? FY08 ? Science and Technology (S & T) Professional Technical Services (Option) (Firm-Fixed Price ? Level of Effort) The contractor shall provide services, as described under Item 0001, for the period of 01 October 2007 through 30 September 2008, if Option Item 0003 is exercised in accordance with Special Contract Provision hereof entitled ?Option Exercise?. Item 0004 ?FY08 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) (Firm-Fixed Price?Level of Effort) The contractor shall provide services, as described under Item 0002, for the period of 01 October 2007 through 30 September 2008, if Option Item 0004 is exercised in accordance with Special Contract Provision hereof entitled ?Option Exercise?. Item 0005 ? FY09 ? Science and Technology (S & T) Professional Technical Services (Option) (Firm-Fixed Price ? Level of Effort) The contractor shall provide services, as described under Item 0001, for the period of 01 October 2008 through 30 September 2009, if Option Item 0005 is exercised in accordance with Special Contract Provision hereof entitled ?Option Exercise?. Item 0006 ?FY09 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) (Firm-Fixed Price?Level of Effort) The contractor shall provide services, as described under Item 0002, for the period of 01 October 2008 through 30 September 2009, if Option Item 0006 is exercised in accordance with Special Contract Provision hereof entitled ?Option Exercise?. Item 0007 ? FY10 ? Science and Technology (S & T) Professional Technical Services (Option) (Firm-Fixed Price ? Level of Effort) The contractor shall provide services, as described under Item 0001, for the period of 01 October 2009 through 30 September 2010, if Option Item 0007 is exercised in accordance with Special Contract Provision hereof entitled ?Option Exercise?. Item 0008 ?FY10 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) (Firm-Fixed Price?Level of Effort) The contractor shall provide services, as described under Item 0002, for the period of 01 October 2009 through 30 September 2010, if Option Item 0008 is exercised in accordance with Special Contract Provision hereof entitled ?Option Exercise?. Item 0009 ? FY11 ? Science and Technology (S & T) Professional Technical Services (Option) (Firm-Fixed Price ? Level of Effort) The contractor shall provide services, as described under Item 0001, for the period of 01 October 2010 through 30 September 2011, if Option Item 0009 is exercised in accordance with Special Contract Provision hereof entitled ?Option Exercise?. Item 0010 ?FY11 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) (Firm-Fixed Price?Level of Effort) The contractor shall provide services, as described under Item 0002, for the period of 01 October 2010 through 30 September 2011, if Option Item 0010 is exercised in accordance with Special Contract Provision hereof entitled ?Option Exercise?. Item 0011 - Contract Data Requirements List (CDRL) (Not Separately Priced) The Contractor shall provide the data set forth in the CDRL, DD Form 1423, attached hereto as Exhibit A. (vii) The dates of performance are as stated in the statement of work above. The place of performance is primarily at the contractor?s facilities. (viii.) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is incorporated by reference. The following addendum also applies to this acquisition. Addendum: Instructions and Other Information for Offerors 1. GENERAL. A proposal shall consist of Parts 1,2,3,4, and 5 as described below. Part 4 (Prices) and Part 5 (Proposed Contract Document) shall each be submitted as a volume that is physically separate from the other parts of the proposal. A proposed contract document can be viewed and printed from the Navy Electronic Commerce On-line (NECO) web page at www.neco.navy.mil. A proposal that does not include all of the information requested for Parts 1, 2, 3, 4, and 5, or that is otherwise inconsistent with these instructions, may be rejected. 2. PART 1 - ADMINISTRATIVE Part 1 of the proposal shall include the offeror?s (1) name and address; (2) business size; (3) DUNS number; (4) Cage code; and (5) taxpayer identification number. Part 1 shall also include the completed provisions at FAR 52.212-3 with (Alternate 1) and DFARS 252.212-7000. An uncompleted copy of each provision can be found at the NECO web page at www.neco.navy.mil. 3. PART 2 - PERSONNEL Part 2 shall include the following sections: (a) Level of Effort and Labor Mix Section. This section shall indicate the proposed level of effort (i.e., man-hours) and labor mix as follows: (1) With respect to Items 0001 and 0002, the Government will procure a fixed quantity of man-hours under each item. The offeror shall propose a total quantity of man-hours for each item. (2) With respect to Items 0003, 0004, 0005, 0006, 0007, 0008, 0009, 0010, the Government will have an option to procure a fixed quantity of man-hours under each item. The offeror shall propose a total quantity of man-hours for each item (3) The offeror shall indicate the proposed labor mix by describing the skill (i.e., labor) category or categories that would be used to perform each item. The offeror shall also provide a level-of-effort breakdown by state the man-hours that are proposed in each category under each item. (4) In preparing the proposed level-of-effort, the estimates below may be used. If the offeror bases its proposed level of effort on different estimates, the offeror shall describe the different estimates and provide a justification for using them. Items 0001, 0003, 0005, 0007, and 0009 are estimated at 1 full man-year; Items 0002, 0004, 0006, 0008, and 0010 are estimated at 0.21 man-years; (b). Qualifications. This section shall include the names, titles, security clearance and resumes of all personnel in the skill (labor) categories identified in the Level of Effort and Labor Mix Section whom the offeror would assign to the contract. The information provided for each person should include education, technical expertise, knowledge and experience, and percent of time each individual will be dedicated to the work. This section shall indicate that each person assigned to the contract will have a security clearance of ?SECRET? or higher at the time of contract award. The section shall also describe expertise and experience relating to (1) SSP, DoN, and DoD Science and Technology programs, (2) SSP, DoN, and DoD Small Business Innovative Research (SBIR) programs (3) work that is similar to the work described in the Performance Work Statement. 4. PART 3 ? PAST PERFORMANCE (a) Part 3 should address "past performance," which refers to the quality of the offeror's performance of work that is the same as or similar to the effort described in the Performance Work Statement. Past performance is different from experience. Past performance describes how well the offeror has performed work that is the same as or similar to the effort described in the Performance Work Statement, while experience reflects whether the offeror has performed such work. (b) Part 3 should identify at least three similar contracts and/or subcontracts completed during the past three years. Information on each contract should include, at a minimum: (1) the contracting agency or party; (2) the contract number or the subcontract and prime contract numbers; (3) the contract type; (4) the dollar value; (5) the award and completion dates; (6) the level of effort (if the contract or subcontract was a level-of-effort contract); (7) the extent to which the offeror subcontracted the work; (8) the names, telephone numbers, and regular mail and e-mail addresses for contracting and technical points of contact at the contracting agency or party; (9) a description of the work performed under the contract or subcontract and an explanation of its relevancy to an evaluation of past performance; and (10) a description of the offeror's record for on-time performance or delivery, technical quality, and cost control. (c) Part 3 may include information on problems encountered on the identified contracts and subcontracts and corrective actions taken to resolve these problems. (d) Part 3 shall describe the offeror?s past performance in complying with the requirements of the clause ?Utilization of Small Business Concerns? at FAR 52.219-8. (e) Part 3 may describe any relevant quality awards or certifications. The offeror should identify what sector of the company (one division or the entire company) that received the award or certification, and state when the award or certification was bestowed. If the award or certification is over three years old, the offeror should present evidence indicating that it is still relevant. 5. PART 4 ? PRICES (a) Part 4 shall be submitted as a document that is separate from Parts 1, 2, 3, and 5. Each contract line item shall be procured on a firm-fixed price basis. Item 0011 will not be separately priced. Part 4 shall contain the following information: (1) Identification of the skill category or categories required for each task under each line item; (2) The number of hours needed in each skill category; (3) The associated labor rate for each category; (4) A summary of the total number of hours and extended firm-fixed price for each item. (b) In preparing its proposed prices, the offeror may use the level-of-effort estimates in Part 2, paragraph 3(a)(4) of this Addendum. The offeror may also use the information in paragraph (c) below regarding estimated travel costs, as well as other information in this Addendum. If the offeror bases its proposed prices on different level-of-effort and/or travel cost estimates, Part 4 shall describe the different estimates and provides a justification for using them. (c) Daily performance of the work will be primarily at the Contractor?s site. It is estimated that the Contractor will be required to attend one meeting per year at a national SBIR conference. It is estimated that each of these trips will be for two people for three days. In addition, the offeror shall attend ten (10), 1 day meetings in the Washington, D.C. Metro area. to participate in required meetings and briefings. 6. PART 5 ? PROPOSED CONTRACT DOCUMENT Submission of a proposal shall be in accordance with the applicable provisions of paragraph (b) of the clause at FAR 52.212-1, Instructions to Offerors?Commercial Items, as supplemented by this Addendum. Part 5 of the proposal shall be the proposed contract document. The Proposed Contract Document can be viewed and printed from the Navy Electronic Commerce On-line (NECO) web page at http://www.neco.navy.mil. The offeror shall complete blocks 12, 17 and 30 of the Standard Form 1449 and sign the document. If and when award is made, the Contracting Officer will complete the Standard Form 1449 and insert the information as indicated in the document, consistent with the awardee?s proposal. Part 5 shall be submitted as a document that is separate from Parts 1, 2, 3, and 4. 7. Government Furnished Equipment and Information Current copies of documents and plans found in the DD Form 1423, Contract Data Requirements List, as well as access to the SBIR web-site, will be made available to the Contractor through the Deputy Technical Plans Officer or designee. 8. Evaluation Method (a) In making its contract award determination, the Government has the discretion to make tradeoffs involving the evaluation factors and the strengths and weaknesses of competing proposals. The Government may award a contract to other than the lowest-priced offeror or other than the highest technically rated offeror. (b) To account for any additional costs (e.g., phase-in/transition costs) that the Government may incur as a result of an award to an offeror, the Government may adjust the proposed contract amounts for evaluation purposes. (c) With respect to the past performance factor, the Government will assign a rating to the offeror?s proposal that reflects a judgment relating to the Government?s level of confidence that the offeror will successfully perform the contract work. An offeror without a record of relevant past performance or for whom information on past performance is not available will be assigned a neutral rating. The evaluation will be consistent with DFARS 215.305(a)(2) and will take into account the Offeror?s past performance in complying with the clause FAR 52.219-8 ?Utilization of Small Business Concerns?. (d) In its basis for (1)evaluating the offeror?s past performance or any aspect of the offeror?s proposal, or (2) any decision relating to award of a contract, the Government may include or exclude any information from any source to any extent consistent with law and regulation, notwithstanding anything else in this solicitation. The provision Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998) at DFARS 252.209-7001 is incorporated by reference and applicable to this acquisition. (ix.) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference. The following paragraph (a) is substituted for paragraph (a) of that clause: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The following factors shall be used to evaluated offers: Personnel, Past Performance, and Price. (i) Personnel Evaluation Factors 1. Personnel with demonstrated experience in the Statement of Work areas. 2. Quality of the education, technical expertise, knowledge, and experience of the proposed personnel? 3. Demonstrated understanding of the SSP mission and extensive subject matter knowledge of current Science and Technology planning practices, proven credentials in SBIR planning as they relate to the Proposal Work Statement. 4. Demonstrated knowledge of the Department of Defense SBIR programs as they relate to the Proposal Work Statement. 5. Personnel proposed with the required security clearance level. (ii.) Past Performance Evaluation Factors The Government will conduct a performance risk evaluation based upon the past performance of the Offerors and their proposed major subcontractors as it relates to the probability of successfully performing the solicitation requirements. In conducting the performance risk evaluation, the Government may use data provided by the Offeror and data obtained from other sources it considers current and accurate. At a minimum, the Government performance risk evaluation factor will consider the Offeror?s record for on-time deliveries, technical quality, and cost control. As stated in paragraph 4, Part 3 Past Performance, paragraph (b) above, a list of three (3) orders, contracts, and/or subcontracts performed within the last three (3) years. If a Offeror performed less than three (3) orders, contracts, and/or subcontracts within the last three (3) years, a list of those orders, contracts, and/or subcontracts should be provided. Offerors that are newly formed entities without prior Orders, contracts, and/or subcontracts should list orders, contracts, and/or subcontracts as required above for all key personnel. Offerors with no past performance history shall not receive a favorable rating. . The evaluation will be consistent with DFARS 215.305(a)(2), i.e. will take into account the offeror?s past performance in complying with the clause at FAR 52.219-8, ?Utilization of Small Business Concerns.? (iv) Price Evaluation The Offeror?s submitted price is presumed to represent the Offeror?s best effort to respond to the RFQ. Price may be a significant determining factor for award depending on the outcome of the Personnel and Past Performance evaluations. Evaluation Summary The Personnel factor is more important than the Past Performance factor. When Personnel and Past Performance factors are combined, they are significantly more important than the Price factor. Also, to be eligible for award, the offeror must meet the following requirement: At the time of contract award, all personnel whom the offeror proposed to assign to the contract must have a security clearance of ?SECRET? or higher. (x.) An offeror must include in Part 1 of its proposal a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (with its Alternate I), and a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items. An uncompleted copy of each provision can be found on the NECO web page at http://www.neco.navy.mil. (xi.) FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Oct 2003) applies to this acquisition and is incorporated by reference. The addendum set forth in section (xiii) of this combined synopsis/solic
 
Record
SN01110757-W 20060811/060809221911 (fbodaily.com)
 
Source
FedBizOpps 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.