Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

R -- SC2 Challenge - SOW

Notice Date
9/8/2011
 
Notice Type
Cancellation
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
ED06195
 
Point of Contact
Stephanie Kelly, Phone: 2024827876
 
E-Mail Address
sakelly@eda.doc.gov
(sakelly@eda.doc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the SOW with the deliverable chart DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEIGN REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for proposal (RFP). The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than Monday, September 12, 2011 at 10am one. All responses to the questions will be made in writing and included in an amendment to the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a size standard of $7 million. Set Aside Status This requirement is being competed as a 100% small business set-aside. I. APPLICABLE PROVISIONS AND CLAUSES: The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-28, 52.222-3, 52.222.19, 522.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days of expiration of the then-current term, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two (2) months. II. Description of requirements for the items to be acquired. III. The Economic Development Administration (EDA) has a requirement for a contractor to assist EDA in designing and implementing the SC2 Pilot Challenge to promote open government and innovation in accordance with the Administration's priorities. The contractor will design and develop the Challenge Competition for the cities to administer, and assist the cities in the implementation of the competition in accordance with the America COMPETES Act. The technical assistance provided to the selected cities will include in a comprehensive and consistent training tool kit for cities to use to effectively administer the Challenge Competition. EDA seeks consultation and support from an outside contractor to help the selected cities to administer the Challenge Competition to help ensure effective execution of the prize framework. IV. ADDENDUM TO PROVISION 52.212-1 - PROPOSAL SUBMISSION INSTRUCTIONS (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, proposal must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) The time specified in the solicitation for receipt of offers; (4) Description of technical solution in sufficient detail to evaluate compliance with requirements in the solicitation. (5) Price and terms; (6) "Remit to" address, if different than mailing address; (7) FOB Destination based firm-fixed-price for each contract line item number, and any discount terms for those prices; (8) If the quotation 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. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (e) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office by Wednesday, September 14, 2011 at 2:30p.m. eastern standard time (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. XIII. Delivery: 1. Delivery shall be made within 30 days of date of contractor acceptance of the purchase order. 2. All quotes shall be submitted so that they are received no later than 2:30 PM Eastern Time on September 14, 2011 at Stephanie Kelly contracting officer -sakelly@eda.doc.gov. Faxed quotes will not be accepted. STATEMENT OF WORK FOR PROFESSIONAL AND TECHNICAL SERVICES IN PRIZE AND CHALLENGE DEVELOPMENT AND IMPLEMENTATION Economic Development Administration U.S. Department of Commerce September 8, 2011 1.0 Background The Economic Development Administration's (EDA) mission is to lead the federal economic development agenda by promoting innovation and competitiveness, and preparing American regions for growth and success in the worldwide economy. Established in 1965 under the Public Works and Economic Development Act (42 U.S.C. § 3121 et seq.), EDA has been assisting distressed regions develop strong economic development plans to attract and retain high-skill, high-wage jobs and support regional innovation. To advance EDA's efforts in economic development and regional innovation, EDA will lead the Strong Cities, Strong Communities Economic Planning Challenge (SC2 Pilot Challenge) competition as component of the wider SC2 Interagency Initiative (SC2 Initiative or Initiative). The SC2 Pilot Challenge is a component of the SC2 Initiative led by the White House Office of Urban Policy. The SC2 Initiative is a multi-agency, capacity-building effort to coordinate Federal resources offered by the U.S. Department of Commerce, U.S. Department of Housing and Urban Development, U.S. Environmental Protection Agency, U.S. Department of Labor, U.S. Department of Health and Human Services, U.S. Department of Agriculture, U.S. Department of Energy, U.S. Department of Education, U.S. Department of Justice, U.S. Department of Transportation, U.S. Department of the Treasury, U.S. Small Business Administration, and U.S. Army Corps of Engineers (collectively, the "SC2 Interagency Partnership"), to address the many planning, housing, and economic challenges facing communities across the United States. The President has called upon executive departments and agencies to work together more strategically - through better coordination of human, regulatory and financial resources - with economically distressed cities in the Nation by identifying barriers to federal assistance. The SC2 Pilot Challenge will offer a total of $6 million to support the development and implementation of comprehensive economic development strategic plans for approximately six cities. Each of the winning cities (one selected in each of EDA's six geographic regions) will be awarded $1 million to conduct a community-led challenge competition (referred to as the "Challenge Competition") with the support of the SC2 Interagency Partnership. EDA will offer each selected city technical assistance and support to conduct the Challenge Competition. As a part of the Challenge Competition, each city will invite teams, representing a variety of disciplines with complementary skills in the economic development arena, to submit proposals for comprehensive economic development strategic plans establishing and promoting a vision and approach to stimulate local economic development. The proposals are expected to be multi-faceted, and to include plans to restructure and realign land-uses, infrastructure, and economic and social resources (e.g., industry clusters, workforce development), and economic development approaches that promote competitiveness and high-growth potential. To design the Challenge Competition, EDA anticipates using the new authority granted to Federal agencies to conduct prize competitions and challenges under the America Creating Opportunities to Meaningfully Promote Excellence in Technology, Education, and Science (COMPETES) Reauthorization Act of 2010 (Pub. L. No. 111-358 (2011)) (America COMPETES Act). In this regard, EDA will engage a prize and challenge contractor to help develop the competition framework, including rules regarding eligibility, potential prize amounts, process, and other criteria, for the broadest success of the Challenge and to attract national level participation, that each winning city will use to run its local Challenge Competition. The contractor will then provide technical assistance to cities that lack the capacity and expertise to administer the Challenge Competition. EDA seeks to solicit a competition design and framework developed in accordance with OMB Memorandum M-10-11, "Guidance on the Use of Challenges and Prizes to Promote Open Government," and the authority granted to federal departments and agencies under section 105 of the America COMPETES Act. The competition design and framework also must comport with section 207 of the Public Works and Economic Development Act of 1965 (42 U.S.C. 3147), which permits EDA to make grants for research and technical assistance, including grants for program evaluation and economic impact analyses, that would be useful in alleviating or preventing conditions of excessive unemployment or underemployment. 2.0 Scope EDA is in search of a contractor to assist EDA in designing and implementing the SC2 Pilot Challenge to promote open government and innovation in accordance with the Administration's priorities. The contractor will design and develop the Challenge Competition for the cities to administer, and assist the cities in the implementation of the competition in accordance with the America COMPETES Act. The technical assistance provided to the selected cities will include in a comprehensive and consistent training tool kit for cities to use to effectively administer the Challenge Competition. EDA seeks consultation and support from an outside contractor to help the selected cities to administer the Challenge Competition to help ensure effective execution of the prize framework. 3.0 Objective The objective of this Statement of Work (SOW) is to solicit proposals to provide professional and technical services in the design and development of a framework for implementation of the Challenge Competition in accordance with OMB Memorandum M-10-11, "Guidance on the Use of Challenges and Prizes to Promote Open Government," section 105 of the America COMPETES Act, and section 207 of the Public Works and Economic Development Ac. EDA seeks a contractor to design and develop an effective framework for the implementation of a prize competition for each of EDA's six regional offices to administer. The purpose of the framework is to deliver a series of prize competitions (the Challenge Competition) among economic development professionals in which one city in each region (serviced by an EDA regional office) will reward submission of "urban plan(s)" that are determined by authorities to represent the best possible approach(es) for improving the economic environments in targeted communities. As an agency that promotes a strong and growing economy throughout the United States, EDA's principal purpose of engaging a contractor for design expertise is to support the endeavor of the cities to run the Challenge Competition. EDA wants to stimulate local economic development in targeted distressed communities with the goal to promote competitiveness and high-growth potential. 4.0 Specific Tasks The contractor chosen shall be directly responsible for providing professional and technical services in business process improvement and strategic planning through project planning and organization, data collection and analysis, and training in the implementation of the Challenge Competition. The contractor chosen must possess unique expertise and qualifications in prize design and development, and the implementation of prizes in the economic development arena. The tasks shall include but not be limited to the following: 4.1 - Research: Review of best practices through market research, interviews and stakeholder engagement in prize development to understand the best structure and recommend a competition plan and materials to guide EDA in the development of the Challenge Competition. 4.2 - Planning: Establish a project work plan, timeline and prize framework to be launched, implemented and replicated in six regional offices for the prize and challenge administration. 4.3 - Execution: Identify the appropriate prize archetype for the Challenge goals; provide recommendations of length of prize competition, type and size of the prize purse, submission rules and other incentives; assist in the development of prescription of rules, terms and guidance of the Challenge Competition; establish judging criteria; advise on judge selection; and recommend and assist in the acquisition of a technology platform given the challenge type. 4.4 - Control: Provide technical training in prize/challenge implementation, operations, and other relevant advice and guidance as needed for EDA and six selected cities in each of EDA regions as related to the proposed prize framework; provide communication and marketing support at the national and regional levels to generate participation and proactive engagement to inform stakeholders; and provide analytics and metrics on the Challenge. 4.5 - Closure: Develop a project closure report that confirms that the objectives of the contract have been met; that the deliverables have been handed over to EDA; and that project closure can commence. 5.0 Evaluation of Proposals EDA will evaluate proposals based on the following levels of experience: 5.1 - Demonstrated expertise in the design and management of prize competitions to promote innovation; 5.2 - Demonstrated ability, expertise, and experience in the successful provision of clear guidance and support in the preparation of prizes consistent with regulations and requirements under the America COMPETES Act; and 5.3 - Demonstrated ability to execute design framework(s) to support multiple and concurrent competitions, such as the development of systems and software architecture to assist judges to submit and review content online. 6.0 Deliverables/Deliverables Schedule Initial deliverables will consist of a program charter, project plan, and technical assistance for the development, design, and implementation of the Challenge Competition as set out in paragraphs 4.1-4.6 above over the course of approximately 53 (fifty-three) weeks. The dates deliverables are required will be memorialized in writing between the Contractor and Contracting Officer's Representative (COR). Final deliverables will include a prize toolkit, on the ground technical assistance to EDA and the winning cities, and attendance at closing with agency representatives to conclude the transaction. Final due dates for deliverables will be memorialized in writing between the Contractor and COR. 7.0 Deliverables A detailed timeline will be a required component of the potential contract. Following is an anticipated timeline of the major deliverables during an scoping period of the contract. Following the initial scoping period, recommendations will be approved and/or adjusted, and a final project plan and schedule of deliverables will be assigned. 8.0 Contract Type Fixed Price. Review of best practices in prize development and design, technical training toolkit, and technical assistance for the implementation of the Challenge. Work under the contract is expected to be continuous over the fifty-three week period from Contract Award. 9.0 Period of Performance The period of performance for work under this contract is expected to be continuous over the fifty three-week period from Contract Award. The closing date is yet to be determined. The anticipated period of performance is September 15, 2011 through August 31, 2012. 10.0 Government Furnished Equipment and Space None 11.0 Travel Cost reimbursable based on actuals, no G&A allowable. All travel to each of the selected cities within EDA regions shall have COR approval in writing before commencing and be in full accordance with Federal Acquisition Regulation 31.205-46 - Travel costs. 11.0 Are there any Security Requirements? None 12.0 Place of Performance Contractor's site
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/ED06195/listing.html)
 
Record
SN02567003-W 20110910/110908235712-070f992a6b1e88d5d1c7fd4792e4564e (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.