Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

R -- Retrospective Study of MSEL's Combinatorial Methods Program

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0463
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for quotation. FAR Subpart 13.5 procedures are being utilized. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. The National Institute of Standards and Technology (NIST) has a requirement for an Economic Impact Assessment of the NIST Materials Science and Engineering Laboratory's (MSEL's) Combinatorial Methods Program. The Performance Work Statement is as follows: Performance Work Statement (PWS) A. Develop Background Material: (1) provide overviews of the NIST-developed infratechnologies and any subsequent standards, in particular characterize the technical nature of each identified infratechnology and its economic role (stage of economic activity affected, type of economic impact, etc.); (2) assess the research strategy (especially the nature of the NIST Program and the use of consortium approach) in terms of how public and private assets were combined to achieve research objectives and how research results were disseminated; and (3) describe and characterize the structure and competitive behavior of the relevant industry segments directly benefiting from the Project, especially the industry structures in which corporate decision making is directly affected by the infratechnologies in question. Deliverable: A technical memorandum containing an assessment of the nature and economic roles of the subject infratechnologies and associated standards for COTR approval B. Analytical Framework: (1) Based on the results of Task A, finalize assessment of the appropriate scope of the study, particularly in terms of the nature of infratechnologies and associated standards to be studied and industry coverage (levels in the relevant supply chain(s) where significant and measurable benefits are likely to have occurred); (2) Develop conceptual framework that includes (a) the hypothesized impacts by industry segment, stage of economic activity, etc., (b) an assessment of the economic roles of the research and technology transfer mechanisms used in the Program (specifically, the consortium); (3) Develop an empirical taxonomy of impact categories to enable survey design; Examples of impact categories: a) Value of increased R&D efficiency (reduced costs and time); b) Value of increased production efficiency (higher yields and reduced cost); and, c) Value of market efficiencies (reduced transaction costs). (4) Incorporate the analysis from Task A of the types and apparent extent of infrastructure-type market failures that have affected the relevant markets by conducting literature reviews, informal industry interviews, and consultations with NIST/MEL and industry experts. Deliverable: A framework for data collection and subsequent analysis based hypothesized market failures (i.e., barriers/costs) and hence potential categories of net economic benefits; the analytical framework must include impact measures to be estimated and the impacted industries to be studied based on hypothesized significance of impacts and feasibility of collecting impact data directly from industry; submit for COTR approval. C. Develop Data Collection Plan: Based upon Tasks A and B above, (1) recommend to the COTR the final selection of industries to be surveyed; (2) develop survey instruments to obtain data for net benefits estimation; (3) pretest; (4) submit information to NIST required to obtain OMB clearances for the conduct of the survey. Deliverable: Pre-tested and subsequently revised survey instrument for COTR approval. D. Conduct Surveys. Ensure all target populations have high coverage (70?V80 percent target). E. Determine Program Costs: (1) Obtain from an estimate of the NIST/MSEL costs of the Government program and any industry contribution that achieved the above hypothesized impacts; and (2) combine with estimates of transfer/assimilation (??pull??) costs incurred by industry. Deliverable: Time series of NIST costs and industry pull costs. F. Prepare Final Report: Write a final report (draft to be approved by COTR in writing) that (1) briefly describes the tiers in the supply chain(s) studied; (2) describes the relevant technologies and the infratechnologies for these supply chains in terms of their roles, economic importance, market failure characteristics, and relationships to standardization; (3) presents both quantitative and qualitative findings from the surveys; (4) uses the quantitative estimates of net benefits to the segments of industry studied from to calculate appropriate net present value, benefit-cost ratios and rate-of-return measures for the investment in the research program(s) studied, (5) combines quantitative economic impact estimates with qualitative indicators of NIST impacts on corporate strategies associated with the development, transfer, assimilation and use of measurement and related infratechnology and standards by industry, and (6) has been processed by a technical editor. Estimated Resources: approximately 1,000 hours of senior researcher time. Schedule: Offerors should propose a schedule as part of the quote. Adherence to this schedule is an essential part of overall contractor performance. Period of Performance: The performance period will be one year from the effective date of the contract. Place of Performance: The work will take place at the Contractor's facility as proposed. Quality Assurance Plan I) Objective: The purpose of this plan is to provide a quality assurance plan for the work performed for NIST under this effort. This plan provides a basis for the NIST Contracting Officer??s Technical Representative (COTR) to evaluate the quality of the Contractor??s performance. The oversight provided for in the contract and in this plan will help to ensure that an acceptable product is delivered to NIST. Further, this plan provides the COTR with a proactive way to avoid unacceptable or deficient performance. II) Performance Standards: a) Quality Level: By monitoring the Contractor, the COTR will determine whether the performance levels set forth in the contract have been attained. Quality standards (i.e., performance standards) for all tasks are specified in this document. b) Frequency: During performance of this study, the COTR will periodically assess progress by reviewing and then accepting/rejecting deliverables for each task. The COTR will also conduct period interim assessments of progress and problems encountered. Feedback will be provided to the Contractor to assist in necessary adjustments. c) Management Responsiveness: The COTR will determine whether the Contractor has managed each task effectively and efficiently, with successful and timely response to each specific deliverable and the required due date for each deliverable. The COTR will confirm whether the Contractor has satisfactorily met all reporting requirements. III) Evaluation Methods: The COTR will conduct performance evaluations based upon Section II above and the required performance levels set forth in the contract. The following techniques will be used to perform surveillance: a) Project Status: The COTR will review the proposed project plan and associated updates to determine if the project is on schedule based upon the project plan. Any deviations in the schedule will be discussed with the Contractor and documented via e-mail or in another written format. b) Acceptance Testing of System Enhancements: The COTR and/or their designee(s) will thoroughly assess each draft deliverable and provide feedback for adjustments/revisions, if necessary, prior to acceptance. Performance Requirements Summary Desired Output: Background Material Required Service: Analysis of NIST and Industry Documentation, scoping interviews, expert consultation Performance Standard: Adequate levels of comprehensiveness and depth of information collection and presentation Monitoring Method: Critical review by COTR Result for Not Meeting Performance Standard: Approval to proceed to next task withheld Desired Output: Analytical Framework Required Service: Preparation of a set of analytical elements that embody the desired impact metrics and relationships among metrics, including all hypothesized benefits and costs Performance Standard: Adequate for survey design and subsequent analysis of collected data Monitoring Method: Critical review by COTR Result for Not Meeting Performance Standard: Approval to proceed to next task withheld. Desired Output: Data Collection Plan Required Service: Development of data collection instruments and modes of data collection Performance Standard: Provides accurate information on industry impacts with sufficiently comprehensive coverage to enable statistically significant net benefit estimation and desired qualitative analyses Monitoring Method: Critical review by COTR Result for Not Meeting Performance Standard: Approval to proceed to next task withheld Desired Output: Surveys Required Service: Execution of data collection through one or more modes Performance Standard: Approval of instrument by OMB and collection of accurate and comprehensive data sufficient to permit desired economic impact assessments Monitoring Method: Critical review by COTR Result for Not Meeting Performance Standard: Approval to proceed to next task withheld Desired Output: Program Costs Required Service: Collection of NIST and industry cost data Performance Standard: Acquisition of accurate and consistent time series Monitoring Method: Critical review by COTR Result for Not Meeting Performance Standard: Approval to proceed to next task withheld Desired Output: Final Report Required Service: Preparation and final report Performance Standard: Acceptance by NIST of complete and well-written report embodying all elements of analysis identified in framework task Monitoring Method: Critical review by COTR Result for Not Meeting Performance Standard: Certification of contract completion withheld The contract line item for this solicitation is: CLIN 0001: Contractor performance of PWS requirements; Quantity: 1; Unit: Job. The resulting contract will be awarded on a firm-fixed-price basis. 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 following factors will be used to evaluate quotations: 1) Experience (The breadth and depth of performing similar contracts/orders); 2) Past Performance Information (The relevance and quality of prior performance on similar contracts/orders); 3) Key Personnel Qualifications; 4) Technical Approach (The quality of the proposed approach to satisfy SOW requirements); and 5) Price. Experience and Past Performance Information are approximately equal in importance and they are more important than Key Personnel Qualifications and Technical Approach. Non-price factors when combined are significantly more important than price. The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: 52.212-1; FAR 52.212-3; FAR 52.212-4 Alternate I; FAR 52.212-5 (including the following fill-ins: 52.203-6 Alternate I; 52.219-4; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); 52.217-9 Option to Extend the Term of the Contract; FAR 52.227-14, Rights in Data - General. Quotation Submission Instructions: The Offeror shall include the following in their quote: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Firm-fixed-price for performance of the Performance Work Statement; (5) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically); (6) Acknowledgment of Solicitation Amendments; (7) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (8) A resume of key personnel proposed, to include their name, education, experience, name of current employer, country of citizenship and copy of visa documentation if a foreign national; and (9) If the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Interested offerors are invited to review the above PWS and provide a written and electronic response to be received no later than September 10, 2007 at 3:00 PM addressed to Jill Johnson, Contract Specialist, National Institute of Standards and Technology, 100 Bureau Drive, Stop 1640, Gaithersburg, Maryland 20899-1640; and electronically at jill.johnson@nist.gov. An original and two copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response should be secured by simple stapling and shall not contain elaborate binding. Each page in the response should be separately numbered. A page of paper printed on both sides is considered two pages. The quote may include the letter of transmittal and shall be limited to twenty (20) single sided pages. Submit quotes arranged by section. Each quote shall include sufficient data to allow the Government to determine the reasonableness of the firm-fixed price. It is the responsibility of the offeror to confirm NIST's receipt of quote. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. The Government anticipates the award of a firm-fixed-price type contract on or about September 21, 2007. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. Potential offerors are requested to direct all questions via e-mail to jill.johnson@nist.gov.
 
Place of Performance
Address: United States
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01388812-W 20070831/070829220523 (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.