Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOLICITATION NOTICE

A -- NAWCAD-BAA-070314 - BAA Announcement

Notice Date
7/3/2014
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
NAWCAD-BAA-070314
 
Point of Contact
Rebecca J Wathen, Phone: 301-737-2632, Jeffrey Boyce,
 
E-Mail Address
rebecca.wathen@navy.mil, Jeff.Boyce@navy.mil
(rebecca.wathen@navy.mil, Jeff.Boyce@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
BAA Announcement BROAD AGENCY ANNOUNCEMENT - INTENT TO ESTABLISH GOVERNMENT & PARTNERSHIP INTERMEDIARY SUPPORT FOR THE NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION 1. INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) is soliciting proposals from organizations designated as partnership intermediaries, as defined in 15 U.S Code § 3715 - Use of partnership intermediaries, to assist in technology transfer efforts. The technical and research proposals should include concepts and activities that will lead to increased NAWCAD collaborations with external partners, including universities, industry consortia, economic development entities, and State and local governments. These proposals should lead to improved utilization of federal technologies developed at NAWCAD and/or perform services that increase the likelihood of success in the conduct of cooperative or joint activities with small business firms, institutions of higher education, and industry. The desired goal is to make the most of the R&D budget and the expertise of both government and nongovernment scientists and engineers, increase the return on investment of the federal R&D budget, and help NAWCAD meet mission requirements while enhancing U.S. competitiveness in the world economy. 2. BACKGROUND Innovation fuels economic growth, the creation of new industries, companies, jobs, products and services, and the global competitiveness of U.S. industries. One driver of successful innovation is technology transfer, in which the private sector adapts Federal research for use in the marketplace. Over the past several decades, presidents, Congress, and federal agencies have worked together to establish a policy framework that enables the federal government to transfer its technology to the nonfederal sector, which includes industry, state and local governments, and academic institutions. The intent of these laws and related Executive Orders is to encourage the pooling of resources when developing commercial technologies. The bidirectional sharing between federal laboratories and private industry includes not only technologies, but personnel, facilities, methods, expertise, and technical information in general. Through this technology transfer process, federal laboratories share the benefits of the national investment in research and development (R&D) with all segments of society. These types of interactions create high growth entrepreneurship, foster innovation by increasing the rate of technology transfer and the economic and societal impact from Federal research and development (R&D) investments. 3. SPECIFIC AREAS OF INTEREST The work to be performed shall be in direct support of the Department of Defense (DoD), other federal departments and agencies as well as national laboratories and shall include engaging in efforts such as, but not limited to the following: •· Identify promising technologies that are in the developmental phase at NAWCAD and other federal labs, university labs, and the private sector that could be efficiently and cost effectively transitioned to the US warfighter. · Provide manufacturing, design, and business assistance to NAWCAD or other federal lab patent licensees for the purpose of successfully transitioning the technology to commercialization. This could include efforts such as assisting in developing marketing plans and connecting companies to venture capital or other resources. · Assist in the execution of technology transfer mechanisms such as, patents, patent licenses, cooperative research and development agreements, educational partnerships, and work with private party agreements. · Publicize and promote NAWCAD technologies and partnership opportunities to the commercial sector. · Perform technical studies associated with research & development occurring in the federal and private sectors. · Create, develop and execute training modules on innovation and entrepreneurship. · Assist federal lab personnel in writing invention disclosures. · Organize technology showcases. · Connect NAWCAD researchers with universities (e.g., students and researchers) and staff of local and national businesses. · Develop and maintain a cadre of active research scientists who can distill and extend results from worldwide research and apply them to Naval problems. · Develop and maintain collaborations with universities, private industry, and Naval Research Enterprise laboratories that promotes hiring and development of new scientists and engineers, and the transitioning of "Wounded Warriors" into STEM careers. · Establish a long-term program to create the next generation of Technologists at Naval R&D centers; generate and sustain the interest and excitement of adolescents in careers in science, technology, engineering and mathematics (STEM), invigorate science and math curricula, and enhance science and math training for teachers. 4. CONTRACT/AGREEMENT TYPE NAWCAD will consider various types of acquisition vehicles including but not limited to traditional FAR/DFARS type contracts or other non-procurement agreements. The Government will negotiate the most appropriate acquisition type. Note: Typically, research and technical activities result in the need for additional services/supplies, which are not possible to anticipate or project. Contract/Agreement modifications may be executed to satisfy these requirements; thereby providing for flexibility. In the event that this is required, it shall be considered to be within the scope of this BAA and the resulting agreement. Therefore, the resulting acquisition vehicle will have met the requirements of the FAR/DFARS and the Competition in Contracting Act. 5. PROPOSAL SUBMISSION No request for proposal (RFP), solicitation, or other announcement of this opportunity will be made. The initial round of proposal abstracts are requested by close of business on 5 August 2014. Proposal abstracts submitted after this date through one (1) year from the original posting date of this BAA in FEDBIZOPPS may be considered. Offerors are instructed to submit proposal abstracts only for research, technical, and training activities within the areas of interest listed within this announcement. Offerors may choose to submit proposals for individual areas or for multiple areas of interest. Offerors may submit multiple proposal abstracts. The Government will not respond to requests for oral discussions of potential research or technical offerings. Proposals are to be submitted in two (2) phases. 5.1 Phase I - Proposal Abstracts Offerors shall submit a Proposal Abstract, not to exceed fifteen (15) pages, at any time during the above stated open period. For the initial evaluation, the Government will evaluate proposal abstracts submitted by close of business on 5 August 2014. Proposal Abstracts shall be submitted via email to Rebecca.Wathen@navy.mil and to Jeff.Boyce@navy.mil. Offerors are hereby notified that non-Government employees may have access to the technical portions of the offeror's proposal abstracts, and that submission of a proposal abstract shall constitute consent to the disclosure of all technical information to any non-Government employee. No cost information will be released to non-Government employees. The non-Government participants are employees of commercial firms under contract to the Government, and if they serve as technical advisors, they will be authorized access only to those portions of the proposal data and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. Abstracts shall identify the following: •a. BAA Number; •b. Organization Name; •c. Other team members and type of business for each; •d. Technical points of contact (including phone, fax, and e-mail information) •e. Administrative Point Of Contact; •f. Overview of the Proposed Work to include: A summary of proposed educational and research activities, a brief description of the approach to be taken for the project elements and tasks including pertinent datasets, methods and analytical models, a brief description of the facilities involved, and a brief resume of the principle investigator(s) and/or faculty member(s); Resumes are not included in the page limitation of the proposal abstract; •g. Overview of Relevant Experience to include: A summary of previous and ongoing activities similar to the project elements and tasks specified herein, and a summary of other relevant programs within the Partnership Intermediary. 5.1.1 Important Information for Prospective Contractors Current registration in the DoD's Central Contractor Registration (CCR) and System for Award Management (SAM) databases shall be a prerequisite for receiving an award from this BAA. For more information, please contact the CCR Assistance Center at 1-888-227-2423. Proposal Abstracts received from offeror's who are not currently registered shall not be considered. 5.2 Phase II - Full Proposal DO NOT SUBMIT PHASE II PROPOSALS UNLESS CONTACTED TO DO SO. Based upon review of the Phase I Proposal Abstract, the Government will determine which proposals have presented concepts related to the areas of interest stated herein that Government determines shows merit. Those offerors will be contacted and will be requested to submit a Phase II Full Proposal. Request for submission of a Phase II Full Proposal does not guarantee award selection. Full proposals shall be submitted with the signature of an authorizing official. Additional information required within the Phase II Full Proposal will be provided in the notification to the offeror. Proposal submission is not restricted in any way to any particular entity. Phase II Proposals shall be submitted in two (2) volumes: •a. VOLUME I - TECHNICAL PROPOSAL - not to exceed twenty (20) pages and shall include the following three (3) sections: Section 1 - Executive Summary: Provide a brief description of the contents of the technical proposal. The summary should address the program's goals, approach, and expected results. Section 2 - Technical Approach: Detail the objectives, staffing and resources relating to the development and execution of the proposed research and educational activities; provide a Statement of Work (SOW) that discusses the specific tasks to be accomplished, the proposed approach and anticipated outcomes of the activity. Section 3 - Relevant Experience: Describe the partnership intermediaries experience with similar research efforts for the DoD, other Government agencies, or Corporations where pertinent; provide resumes for the key educational and research personnel who will contribute to the development and execution of the proposed activities. Each person's resume shall not exceed two pages in length. Resumes are not counted towards the page limitation of the Phase II Proposal. b. VOLUME II - COST PROPOSAL - Not restricted in length; shoul include the three (3) sections described below. Formal work breakdown structures (WBS) and certified cost or pricing data are not required. However, NAWCAD reserves the right to request this information for proposals that result in a FAR/DFARS type contracts. Section 1 - Total Cost by Project Task: This section will give a detailed breakdown of costs for tasks appearing in the Statement of Work (SOW) provided in Volume 1. The elements of cost should be addressed (ex. direct labor, materials, travel, other direct costs, equipment, software, patents, indirect costs, cost of money, etc.) Sufficient information shall be provided in supporting documents to allow the Government: (i) to evaluate the reasonableness of these proposed costs; and (ii) to ascertain the remaining costs to the Government that are not covered by the offeror's cost proposal (examples could be: Government attendee expenses for travel, lodging, meals or incidentals; fees or expenses for non-Government invited speakers). Section 2 - Scalable Cost by Project Task: The research and educational/training activities necessitate a procurement strategy that is flexible. Requirements such as frequency, duration, number of attendees, etc. cannot be defined with precision at the present time. Therefore, the offeror will provide sufficient information regarding the basic cost categories of each proposed task, so that estimates may be made by the Government for individual project tasks as the requirements are varied. Section 3 - Approved Direct and Indirect Cost Agreements: Educational institutions are requested to provide the most recently approved Direct and Indirect Cost Agreements that have been approved by the Cognizant Office of Naval Research. The Cognizant ONR office, point of contact, phone number, and email address shall be provided. In the event a formal agreement has not been negotiated with ONR, then provide your proposed Direct and Indirect Rates that will be used for the tasking that may be accomplished under this acquisition vehicle and your last three years of indirect rates used for similar tasking with other entities. Note: Offerors are hereby notified that non-Government employees may have access to the technical portions of the offeror's proposal abstracts, and that submission of proposal abstract shall constitute consent to the disclosure of all technical information to any non-Government employee. No cost information will be released to non-Government employees. The non-Government participants are employees of commercial firms under contract to the Government, and if they serve as technical advisors, they will be authorized access only those portions of the proposal data and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. 6. EVALUATION CRITERIA The Government will evaluate proposals responsive to any or all of the areas of interest discussed herein. The evaluation criteria are: •a) Technical merits of the proposed educational and research activities, to include, the degree to which proposed objectives support the targeted areas of interest; •b) The offer's capabilities, related and recent experience, educational and research personnel, facilities, techniques, or unique combination of these which are integral factors for achieving the proposal objectives; •c) The realism and reasonableness of cost •d) Total cost to the Government, to include cost of the time and expense for Government attendees' travel to the partnership intermediary facilities, plus any local lodging, meals and incidental expenses not included in the offer's cost proposal. 7. AWARDS NAWCAD is planning to make one or more awards within the overall objectives stated in this BAA. All awards will be based on the individual merit of the proposal. The Government reserves the right to select all, some, or none of the proposals received in response to this announcement. Any awards are subject to the availability of appropriations. There is no commitment by the Navy to be responsible for any monies expended by the offeror before award of a contract/agreement. For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on the commitment to provide meaningful subcontracting opportunities with small business, small disadvantaged business, woman-owned small business concerns, and HBCU/MIs. Contracting Office Address: 22299 Exploration Drive Building Exploration IV, Suite 301 Lexington Park, MD 20653 United States Primary Points of Contact: Rebecca J. Wathen Contracting Officer Rebecca.Wathen@navy.mil Phone: (301) 737-2632 And Jeff Boyce Contract Specialist Jeff.Boyce@navy.mil Phone: (301) 737-6760
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/NAWCAD-BAA-070314/listing.html)
 
Place of Performance
Address: As determined by the tasking but includes government installations, the educational institution's facilities, or accommodations nearby., United States
 
Record
SN03415395-W 20140705/140704001222-762d3548d57ce42afb9e338a1a372225 (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.