Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOURCES SOUGHT

R -- Multiple Award BPA for Patent Services - NND16569639L Attachments

Notice Date
6/1/2016
 
Notice Type
Sources Sought
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND16569639L
 
Archive Date
6/17/2016
 
Point of Contact
Nydia E. Wilkinson, Phone: 6185813507, Joel B. Lozano, Phone: 6612762521
 
E-Mail Address
nydia.e.wilkinson@nasa.gov, joel.b.lozano@nasa.gov
(nydia.e.wilkinson@nasa.gov, joel.b.lozano@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Statement of Interest The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) is seeking capability statements from all interested parties, including Small Business, Small Disadvantaged Business (SDB), 8(a), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of establishing a multiple award Blanket Purchase Agreements (BPAs) to fill anticipated repetitive needs related to Intellectual Property (IP) developed by NASA Armstrong Flight Research Center (AFRC) with qualified Patent attorneys' offices. The total value of this BPA is estimated at $100,000.00 over a five (5) year period. This BPA will expire either upon reaching the estimated value of the agreement, or five years from the date of the agreement, whichever occurs first. The Contractor shall provide the necessary expertise, capabilities, and personnel required to perform the Patent Services. Tasks will be principally performed at the offeror's location. The Government reserves the right to consider a Small, 8(a), WOSB, SDVOSB, or HUBZone business set-aside based on responses hereto. The AFRC requirements for Patent Services include the following: The contractor shall provide assistance in protecting, using, and transferring inventions developed using U.S. federal government resources (civil servants/government funds). This assistance could take the form of documents that are prepared, filed, and prosecuted before the U.S. Patent and Trademark Office; preparation of documents related to assisting the government in making determinations related to patentability of government owned inventions; and, preparation of documents to assist the government in determining their legal right to employ inventions. The North American Industry Classification System (NAICS) code for this procurement is 541110, Offices of Lawyer with a size standard of $11 million dollars. No solicitation exists; therefore, do not request a copy of the solicitation. Capability Statements shall be submitted electronically only, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement, exclusive of a one-page summary, shall NOT exceed twelve (12) pages (including attachments) and shall contain a minimum font size of 12 in Times New Roman. Additionally, the Capability Statement shall list at a minimum two (2) relevant past performance experiences covering the past five (5) years for each of the functional area of the Statement of Work (SOW) and include the following information: (1) Highlight relevant contract work performed for the functional areas outlined in the Statement of Work (2) Contract number, (3) Contract type, (4) Dollar value of each contract, (5) Number of employees and (6) Customer point of contact address, current phone number and current e-mail address. To facilitate a prompt review, a one-page summary shall be included with your Capability Statement which shall identify your company's specific capabilities that are relevant to, and reflect the magnitude of, these requirements. The one-page summary will not count against the 12-page limit. The one-page summary shall include: (1) Company's name, address, primary POC and telephone number, (2) Size of business; (3) Company's average annual revenues for the past three (3) years and total number of employees; (4) Ownership; (5) Number of years in business; (6) Company's Government size standard/type classification (Large, Small, Small Disadvantaged, 8(a), Women-owned, Veteran Owned, Service Disabled Veteran, Historically Black Colleges and Universities/Minority Institutions, HUB Zone business); (7) Affiliate information: parent company, joint venture partner(s), potential teaming partner(s), prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number; (8) Applicable NAICS Code(s); and (9) DUNS number and CAGE Code (for prime and subcontractor/teaming partners). It is not sufficient to provide only general brochures or generic information. Responses shall include the company's specific area of interest in this acquisition as being either a potential prime contractor or subcontractor. All Questions should be directed no later than 6/13/2016 to Nydia Wilkinson at nydia.e.wilkinson@nasa.gov. The requirement is considered a commercial service. A commercial item is defined in Federal Acquisition Regulation 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Nydia Wilkinson at nydia.e.wilkinson@nasa.gov no later than 6/15/2016. Please reference NND16569639L in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND16569639L/listing.html)
 
Place of Performance
Address: NASA/Armstrong Flight Research Center (AFRC), Edwards, California, 93523-0273, United States
Zip Code: 93523-0273
 
Record
SN04134328-W 20160603/160601234549-6a4d1a179b9bf0ac554d35a8395b2d65 (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.