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
MODIFICATION

A -- 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.

Notice Date
8/30/2011
 
Notice Type
Modification/Amendment
 
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-N601
 
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 solicitation is a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 541712, with a small business size standard of 500 employees. UnitTotal Line ItemDescription Total 0001Base Year (IAW PWS 4.0) 12 MonthXX 0002ODC 1 Lot $15,000.00 1001Option Year 1 (IAW PWS 4.0) 12 MonthXX 1002ODC 1 Lot $15,000.00 2001Option Year 2 (IAW PWS 4.0) 12 MonthXX 2002ODC 1 Lot $15,000.00 3001Option Year 3 (IAW PWS 4.0) 12 MonthXX 3002ODC 1 Lot $15,000.00 4001Option Year 4 (IAW PWS 4.0) 12 MonthXX 4002ODC 1 Lot $15,000.00 The Telemedicine & Advanced Technology Research Center (TATRC) Performance-Based Work Statement (PBWS) For Technology Acceleration Initiative 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 The objective of the proposed initiative is to assist TATRC technology transfer activities focusing on accelerating the rate of commercialization of TATRC-funded medical research & development projects in telemedicine and other advanced medical technologies. Through the implementation of web-based tools on TATRC's website, small business partners will have a portal with open access to business oriented educational and training tools to increase their knowledge and awareness of the importance of a sound commercialization strategy and provide assistance towards productizing their technology. The offeror shall design and execute the following activities: a) Customize and informative website for commercialization knowledge content; b) Customize content templates for project management evaluation c) Customize educational/training content templates. 4.0 Performance Requirements. The Offeror shall: 4.0.1Provide a customized and informative website link with commercialization strategy focused content for small business use on the TATRC Internet (www.TATRC.org) website. 4.0.2Provide customized content templates for project management evaluation tools for TATRC Internet (www.TATRC.org) website. 4.0.3Provide customized educational and training content templates for TATRC Internet (www.TATRC.org) website. 4.0.4Provide a Quality Assurance Plan. 4.0.5Provide the Offsite work location to accomplish the tasks. 4.0.6Provide the necessary equipment to accomplish the tasks. 4.0.7Provide a final report. 4.1The Government will: 4.1.1Provide access to TATRC Webmaster 4.1.2Provide "approved" access to TATRC electronic database fields 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-N601/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
SN02555799-W 20110901/110831000304-2648632f3036b5d5b619891590be9305 (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.