Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

A -- The Telemedicine & Advanced Technology Research Center (TATRC)

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-RKB-11-N606
 
Response Due
9/7/2011
 
Archive Date
11/6/2011
 
Point of Contact
Keith Batchelor, 301-619-2630
 
E-Mail Address
US Army Medical Research Acquisition Activity
(keith.batchelor@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. The Telemedicine & Advanced Technology Research Center (TATRC) Performance-Based Work Statement (PBWS) For Technology Marketing and Commercialization Potential and Economic Analysis 1. Introduction 1.1. This Performance-Based Work Statement specifies the planning and execution to augment technology transfer activities improving the rate of commercialization of TATRC funded technologies in telemedicine and advanced medical technologies. This contract will be for a Base Year, plus four one-year Option periods. TATRC requires a close working relationship with the offerer in planning and selecting projects/companies that will participate in the program. The PBWS, Performance Requirement Summary Table, (PRST) shall focus on desired outcomes and not interim process steps. Using an outcome focus provides the vendor with the flexibility to continuously improve over the course of the contract as long as the critical outcomes expected are being achieved at the specified levels of performance. 1.2. Performance-Based Work Statement The only exceptions to the outcome-focused process review procedures will be those services and performance items required by law, (local, state, and federal) and compelling business situations, such as safety and security requirements. The Vendor shall maintain strict adherence to current and new development procedures. All Performance Requirement items, and other selected objectives, as appropriate, will be incorporated into the Contractor's Quality Control Plan. The Vendor shall furnish and otherwise accomplish all things necessary for or incident to the complete performance of the work as described throughout this PBWS and the contract provisions. 2. Background/Purpose As TATRC pursues an active Technology Transfer Program the use of intermediaries in the commercialization of our extramural research are essential to be successful. TATRC is engaging with intermediaries to develop a program to promote under TATRC funding; commercialization opportunities, technology marketing and to determine the economic impact of TATRC funding. This program is being considered as a Pilot Program with the intent that further development could be made depending upon the outcome of this current Pilot Program. 3. Objective Develop a customized commercialization program for funded technologies and their associated commercialization businesses that will couple opportunity assessment research with advanced business modeling and analysis software for organizing, analyzing, and optimizing business planning for the commercialization of selected technologies. Economic Analysis will measure a number of selected metrics from concept stage through R&D, commercialization, and government implementation to commercial market application. This phase will evaluate and analyze the impact of technologies commercialized by TATRC and their economic impact post-TATRC managed funding. Technology Marketing will identify new methods and distribution channels for analyzing, selecting, and marketing TATRC-developed technologies for dual commercialization use. Provide the outreach support needed to communicate with entrepreneurs, industry, investors, and legislators in commercializing the technologies developed by TATRC. The Vendor shall design and execute the following activities: a) Customize a Commercial Program utilizing advanced business modeling and analysis software; b) Economic Analysis that will utilize multiple methods for measuring economic impact, for example forecasting the number of jobs created or lost as a result of an event; and c) Technology Marketing that will identify new methods and distribution channels for analyzing, selecting, and marketing TATRC-developed technologies for dual commercialization use 4. Past Performance Experience and Qualifications: 4.0.1It is essential that the Vendor have significant experience in both the Bio/Life Sciences technology and in large federal research programs (i.e. NIH, NSF, DOE, and DOA). The Vendor will provide commercialization assistance, business advisory services, and company analysis to TATRC for our grantees. In this capacity, the Vendor must be experienced in working with numerous grantees across the U.S. on business roadmaps and "go to market" strategies and challenges. Additionally, due to the many university partners with which TATRC collaborates, the Vendor must also be experienced in engaging with universities and research institutes in identifying commercial potential of their most promising early-stage spinouts and innovations prior to further investment in patents or direct funding. The Vendor must provide specific business, organizational, marketing and communications strategies and introductions to strategic partners in the investment and corporate community to catalyze market adoption and success. 4.0.2The successful Offeror must be able to describe in its past performance that it has experience in projects of similar or greater scope, complexity and dollar value 4.0.3The Offeror must provide Curriculum Vitaes (resumes) on all Key Personnel 4.1 Performance Requirements. The Offeror must: 4.1.1 Develop a customized commercialization product that will couple opportunity assessment research with advanced business modeling and analysis software for organizing, analyzing, and optimizing business planning for the commercialization of selected technologies. 4.1.2Develop an economic analysis product that will utilize multiple methods for measuring economic impact in numerous sectors. 4.1.3Develop a technology marketing product that will identify new methods and distribution channels for analyzing, selecting, and marketing TATRC-developed technologies for dual commercialization use 4.1.4 Establish a turnkey method to determine the commercial opportunities, technology marketing and economic impact 4.1.5Provide a Quality Assurance Plan 4.1.6Provide a Customized Commercialization Program for 20 TATRC selected companies. 4.1.7Provide a web-based tool that evaluates the early-stage technology market opportunities and competitive barriers for a technology and associated product or service for said 20 companies 4.1.8Provide a web-based tool that will characterize and model a customized business plan for the commercialization for said 20 companies respective technologies 4.1.9Provide a quantitative and qualitative analysis of actual and estimated economic impacts; including charts, graphs and tables for said 20 companies' technologies. 4.1.11Provide the Offsite work location to accomplish the tasks. 4.1.12Provide the necessary equipment to accomplish the tasks. 4.1.13Provide a final report. 4.2The Government will: 4.2.1 Provide a list of twenty (20) late stage projects for consideration. 4.2.2Provide access to participating projects 4.2.3Select from its portfolios of projects/companies twenty (20) projects/companies to participate 5. Performance Requirement Summary 5.1Performance Requirement Summary Table (PRST). The purpose of section is to define performance evaluation procedures. The Performance Requirement (column 1) describes what the Government will survey. The absence of any contract requirement from the PRST shall not detract from its enforceability nor limit the rights or remedies of the Government under any other provision of this contract, including the clauses entitled, "Inspection of Services" and "Default". The Government has the right to inspect all services required in the contract. The Contract reference for each listed requirement is set forth in column 2. The Acceptable Quality Level for each requirement is set forth in column 3. The Method of Surveillance for each requirement is set forth in column 4. 5.2Government Quality Assurance. Contractor performance will be compared to the contract performance standards and the PRST. The Government may use a variety of surveillance methods to evaluate the contractor's performance to determine if it meets the contract standards. The methods used on this contract are: One hundred percent inspection of the output items. Periodic inspection of the processes or output items. Monthly customer feedback and customer complaints. 5.3 Performance Evaluation. Performance of a service will be evaluated to determine whether or not it meets the performance threshold of the contract. When the performance threshold is not met a Contract Discrepancy Report (CDR) will be issued to the vendor by the contracting officer or if authorized by the COR. The contractor shall respond to the CDR by completing the form and returning it to the contracting officer within 15 calendar days of receipt. Performance Requirement Summary Table: See attachment 6. Period of Performance This contract will be for a Base Year, plus four one-year Option periods. 7. Place of Performance The work will primarily be performed at the Offeror's facilities. The work will require visits to TATRC at Fort Detrick and selected companies. 8. Travel 8.1 Travel to TATRC located at Fort Detrick in Frederick, MD is expected. Travel to meet with selected companies is expected. The number trips and duration cannot be determined at this time. Therefore, Offerors will use $15,000.00 as a travel planning factor in their cost estrimates. 8.2 Travel costs will be reimbursed at rates not to exceed those authorized in government Joint Travel Regulations. 8.3 The Vendor will seek and obtain prior travel approval from the COR. 9. Technical Direction Representatives 10. Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower Reserve Affairs) operates and maintains a secure Army data collection site where the manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mi1. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractor perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may sub-contractors perform the work use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-RKB-11-N606/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02555677-W 20110901/110831000152-9d7437ec119697546b5bf1a6fae07df2 (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.