SOLICITATION NOTICE
54 -- Conduct commercialization assessments of seven technologies developed at the NIST Labs
- Notice Date
- 9/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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, MD, 20899-1640, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB1341-07-RQ-0530
- Response Due
- 9/14/2007
- Archive Date
- 9/29/2007
- Description
- The Department of Commerce, National Institute of Standards and Technology (NIST) intends to negotiate a firm fixed price purchase order. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 ? Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation Number is SB1341-07-RQ-0530; the solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-20. The North American Industrial Classification System (NAICS) code for this solicitation is 541990, and the size standard is 1000 employees. (For size standards go to: htttp://www.census.gov/epcd/www/naics.html) The National Institute of Standards and Technology has a requirement for technical support services described below. The Statement of Work is as follows: STATEMENT OF WORK Title: Conduct commercialization assessments of seven technologies developed at the NIST Labs. BACKGROUND While the National Institute of Standards and Technology (NIST) scientists conduct breakthrough research that leads to the innovations expressed in its patent portfolio, the range of NIST effort does not extend to product development in any of its research areas. The remaining work needed to fully exploit NIST patented technologies for commercial viability necessarily requires innovation on behalf of the private sector. NIST wants to identify business opportunities in the form of potential licensees and/or partners that would be in a position to commercialize each of the seven (7) NIST technologies. SCOPE OF WORK The contractor shall use his technical and business expertise to identify the optimum pathway(s) to successful commercialize seven (7) NIST patented technologies that are listed below: 1) Method of Stabilization of Functional Nanoscale Pores for Device Applications, 05-009, Kasianowicz, John J., Shenoy, Devanand K., Singh, Alok, Barger, Willam R. 2) Zeroeth Order Imaging, 06-003, Silver, Richard M., Attota, Ravikiran, Larrabee, Robert D. 3) Process For The Removal Of Carbonyl Sulfide From Liquid Petroleum Gas, 98-030, Bruno; Thomas J., Lagalante; Anthony F. 4) Cavity Ringdown Spectroscopy System Using Differential Heterodyne Detection, 00-005, Ye; Jun, Hall; John L. 5) Length Separation Of Carbon Nanotubes By Centrifugation In A Dense Liquid, 07-012, Fagan, Jeffrey Alan, Becker, Matthew 6) Photovoltaic Solar Water Heating System, 91-023, Fanney; A. Hunter, Dougherty; Brian P. 7) Interarchive Analysis Of Attack Graphs Using Relational Queries, 07-001, Singhal, Anoop, Jajodia, Sushil, Wang, Lingyu, Yao, ChaoSinghal, Anoop, Jajodia, Sushil, Wang, Lingyu, Yao, Chao SPECIFIC TASKS The contractor shall for each technology conduct commercialization assessments that provide the following: 1) Identification of possible end-user and adopters of the technology, to include users and companies that may incorporate the technology into their product line offerings; 2) The technical needs and concerns of end-users which drive the competitive opening; 3) Competing technologies and products; 4) The competitive advantage of the technologies developed by NIST; 5) Factors that may drive the market; 6) Any key standards, regulations, and certifications that may influence buyer acceptance; 7) Estimate the size of the market for each of the technologies developed by NIST; 8) Identify any potential licensees, investors, or other commercialization partners ; and, 9) Propose a commercialization strategy and plausible pathways for licensing by field of use for each of the technologies developed by NIST. DELIVERABLES AND REPORTS, AND ASSOCIATED DUE DATES The contractor shall submit a draft report to NIST for each technology (i.e., seven draft reports) no later than April 15, 2008. Each report shall, as a minimum, include the following: 1) Executive summary 2) Description of each NIST-developed technology 3) List and description of potential end-users and adopters of each technology 4) Any technical needs and concerns of the end-users for each technology 5) Discussion of competing technologies and products for each technology and any technical/competitive advantage the NIST-developed technology may have over its competitors. 6) Any factors that may drive the market for each technology 7) Any key standards, regulations, and certifications that may influence buyer acceptance of each technology 8) The estimated size of the market for each technology 9) Identify any potential licensees, investors, or other commercialization partners 10) A detailed commercialization strategy and plausible pathways for licensing by field of use for each of the technologies 11) Conclusions and recommendations 12) Completed analysis sheets, technology surveys, and interview notes as supporting data as an appendix to the report. NIST will review the draft reports and provide comments to the contractor no later than April 30, 2008. The contractor shall incorporate the comments and submit a final report for each technology no later than May 15, 2008. The report shall be in the Microsoft Word 2003 format. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. QUOTES MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S). Offerors must send ONE electronic (EMAIL) version with attachments signed by an individual authorized to commit the organization. The quote shall be limited to twenty (20) single sided pages ONLY. PERIOD OF PERFORMANCE AND LOCATION WORK IS TO BE PERFORMED The period of performance shall be November 1, 2007 through May 31, 2008. All work shall be conducted at the contractor?s facility. CONTRACTOR QUALIFICATIONS: The contractor shall have at least three (3) years of technical expertise available to fully understand and appreciate the technical details, relevance and potential impact of the varied technologies that are the subject of this scope of work. The contractor shall have at least three years business expertise and experience available to carry out the specific tasks outlined here to a level where beyond the specific market information that will be provided, specific business opportunities will be identified and appropriate contacts initiated. GOVERNMENT-FURNISHED PROPERTY, DATA, AND INFORMATION In order to conduct these seven (7) commercialization assessments, the government shall provide to the contractor all non-proprietary information available on each technology. EXHIBITS AND ATTACHMENTS: None SUMMARY OF PERFORMANCE REQUIREMENTS Required Output Required Service Performance Standard Monitoring Method Final report describing commercialization strategies for seven NIST patented technologies Detailed discussion with and analysis of potential end-users, the competitive market, potential licensees or investors or partners, and a commercialization strategy and plausible pathways for licensing each of the NIST-patented technologies Thorough discussion and analysis of data collected that meets professional technical writing requirements and guidelines Compliance with the deliverable due dates for the draft and final reports, compliance with professional technical writing requirements, and supporting data to support discussions, conclusions and recommendations. EVALUATION FACTORS All Quotes will be specifically evaluated on the evaluation factors set forth below. The technical factors when combined are more important than price. The quotation should be realistic, complete, and reasonable in relation to the RFQ requirements. The quotation deemed to provide the best value to the government will be selected for award, based on an evaluation of both technical factors and price. The Government reserves the right to award to other than lower price. Factor A ? Technical Approach Offers will be evaluated in relation to the offeror?s technical approach to accomplish the Performance Work Statement. Factor B -- Experience Offerors will be evaluated on past experience in assessing innovative technologies and their commercialization viability. Factor C ? Past Performance Offerors will be evaluated on: timeliness of performance, quality of services provided, customer satisfaction, awards received for past projects and demonstrated cooperation. Evaluation of this factor will be based on the information provided by references. The Government may also consider other information relevant to an assessment of past performance. Factor D - Price Price will be evaluated as to whether it is considered reasonable and realistic. Submit quotes arranged in three (3) sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance (or which are currently being completed), to include the name of the customer organization, a named point of contact in that organization that is familiar with the contract/order from a technical or contractual standpoint, their phone number, their email address, and their fax number; Section III - Price, a firm fixed price (on a separate page) for the required technical consulting services. INSTRUCTIONS FOR SUBMITTING AN OFFER: The offer MUST include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with their offer. This provision, as well as all other FAR clauses, is accessible on the Internet at: http://www.acqnet.gov/far under ?Current FAR? in either .html format or .pdf format. 1. The offer MUST include detailed specifications and any other relevant technical data in accordance with the attached SOW, 2. List of assumptions made, if applicable, by the Offeror in submitting the quote that relate to Contractor performance after award. EVALUATION FACTORS FOR AWARD: A Firm-Fixed-Price purchase order shall be awarded to the responsible Offeror whose offer, conforming to the solicitation, is determined to be most advantageous to the Government, evaluated price and other factors considered. To be eligible for award, an Offeror must be registered in the Central Contractor Registration (CCR). Information on CCR registration procedures may be obtained at http://www.ccr.gov. In order to complete CCR registration, a DUNS number is required. To obtain a DUNS Number, contact Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and there is no addenda to this provision; FAR 52,212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-3 ALTERNATIVE I; 52.225-13; 52.232-33. The following additional clause applies to this solicitation: 52.204-7 Central Contractor Registration, FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data - General. The following Department of Commerce clauses applies to this requirement: 1352.239-73, 1352.215-70, 1352.201-70, 1352.201-71, 1352.209-71, 1352.209-72, 1352.209-73, 1352.233-70, 1352.237-73, 1352.252-70, and 1352.215-71. NOTE: PAYMENT FOR ITEMS IN THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER RECEIPT AND ACCEPTANCE BY THE GOVERNMENT. (ADVANCE PAYMENTS WILL NOT BE AUTHORIZED BEFORE NIST ACCEPTS THE REPORTS.) QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO MYRSONIA.LUTZ@NIST.GOV. Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential Offerors. INTERESETED OFFEROS ARE INVITED TO PROVIDE AN ELECTRONIC RESPONSE TO BE RECEIVED NO LATER THAN FRIDAY, SEPTEMBER 14, 2007; 02:00:00 P.M. EASTERN STANDARD TIME. OFFEROR MUST SUBMIT A COMPLETE RESPONSE. RESPONSES THAT ARE NOT SUBSTANTIALLY COMPLETE WILL BE RETURNED. QUOTES OF PARTIAL PERFORMANCE SHALL BE REJECTED. QUOTES MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO MYRSONIA.LUTZ@NIST.GOV SO THAT THEY ARE RECEIVED AT THAT EMAIL ADDRESSES NO LATER THAN 02:00:00 P.M. EASTERN TIME ON THE CLOSING DATE FOR THIS SOLICITATION. THE ELECTRONIC VERSION SHALL BE IN THE FORM OF ONE (1) EMAIL WITH ATTACHMENTS NO MORE THAN TWENTY (2) PAGES WHEN PRINTED. AWARD SHALL BE MADE TO THE RESPONSIBLE CONTRACTOR THAT QUOTES THE BEST VALUE TO THE GOVERNMENT. THE GOVERNMENT SHALL NOT BE LIABLE FOR ANY COSTS INCURRED IN RESPONSE TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO MAKE A SINGLE AWARD, MULTIPLE AWARDS, OR NO AWARD AS A RESULT OF THIS RFQ. IT IS THE RESPONSIBILITY OF THE OFFEROR TO CONFIRM NISTS RECEIPT OF QUOTE.
- Record
- SN01403772-W 20070914/070913072026 (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 |