SOLICITATION NOTICE
U -- SBIR Commercialization Technical Assistance - RFQ
- Notice Date
- 7/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management 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, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-12-RP-0020
- Archive Date
- 8/23/2012
- Point of Contact
- Micole A. Cheatham, Phone: 3019758335, Monifa Coleman, Phone: 3019756321
- E-Mail Address
-
micole.cheatham@nist.gov, Monifa.Coleman@nist.gov
(micole.cheatham@nist.gov, Monifa.Coleman@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ CLASSIFICATION CODE: U Education and Training Services SUBJECT: SBIR Commercialization Technical Assistance SOLICITATION NUMBER: SB1341-12-RP-0020 RESPONSE DATE: Fifteen days after submittal CONTACT POINTS: Micole Cheatham, Contract Specialist, (301) 975-8335 Monifa Coleman, Contracting Officer, (301) 975-6321 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. The primary standard classification NAICS code is 541611- Administrative Management and General Management Consulting Services, with a small business size standard of $7 million. This requirement is a 100% small business set-aside. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to micole.cheatham@nist.gov. Questions should be received by xxxxx. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) All offerors shall provide a firm-fixed price proposal for the following line items: CLIN Description QTY/UI 0001 SBIR commercialization assistance as described in attached Statement of Work 1/EA Statement of Work I. BACKGROUND INFORMATION The National Institute of Standards and Technology (NIST) Small Business Innovative Research (SBIR) Program has awarded Phase 1 contracts to small businesses (hereafter referred to as "awardees"). The purpose of SBIR Phase 1 is to determine the technical feasibility of the research the awardee proposed. The NIST SBIR program has a requirement for a contractor to provide awardees with technical and business expertise to identify optimum pathways to promote successful transition of the Phase 1 and 2 R&D research results to commercialization. II. SCOPE OF WORK: The contractor shall identify the current state of each awardee's research results and provide appropriate commercialization assistance. Since each awardee may be at a different level of product development, the contractor shall work with the awardee to customize a set of services that best support the awardee. In order to conduct these commercialization assessments, the government shall provide to the contractor all non-proprietary information available on each of the awardee's SBIR contract. The contractor shall then seek more specific technical and business information from each awardee individually. It is understood that the awardees have the option to not participate in this assistance effort that shall be made available to them. In the event that an awardee opts to not participate, the contractor shall not be responsible for that awardee's component of this task order's deliverables. PERIOD OF PERFORMANCE: The period of performance for the commercialization assessment deliverables on this contract shall commence for six months. III. PLACE OF PERFORMANCE: All services shall be provided at the awardee's facility IV. GOVERNMENT FURNISHED PROPERTY None V. DEVLIVERABLES A monthly progress report shall be provided to the Contracting Officer's Representative (COR). The report will identify the status of assistance provided to each awardee and will be used by the COR to monitor progress. Assistance provided to each awardee shall be documented and delivered to both the awardee and the NIST COR. The awardee will provide a monthly progress address the SBIR vendors Technical Approach, Market Research, and Business Plan. A narrative of the three topics shall be addressed in 4 stages (subtopics). Stage one is solely for the SBIR Phase 1 Awardees and two through three will address the SBIR Phase II Awardees. TETECHNICAL MARKET BUSINESS Concept Phase (SBIR Phase I Awardees) Stage 1 Investigation Technical Analysis Market Needs Assessment Venture Assessment Development Phase (SBIR Phase II Awardees) Stage 2 Feasibility Technical Feasibility Market Study Economic Feasibility Stage 3 Development Engineering Prototype Strategic Market Plan Strategic Business Plan Stage 4 Introduction Pre-Production Prototype Market Validation Business Start-UP VI. INSPECTION/ACCEPTANCE All Progress Reports shall be delivered electronically to the COR and The Contract Specialist (CS). The COR will review each reports and will determine if the reports are acceptable by 21 days. The COR will send the awardee and CS a transmittal of the acceptance approval. If there are deficiencies with progress reports the awardee will have 10 days to cure and return the report to the COR and CS. The Commercialization Assistance provided to each awardee willing to participate will be inspected for quality. There will be 40 awardees. VII. PERFORMANCE STANDARDS: The COR will conduct performance evaluations based on the following criteria and the performance levels set forth in the contract: Quality Level: The awardee shall address all subsection listed in part V. Management Responsiveness: The COR will determine whether the Contractor has managed the task effectively and efficiently, with successful and timely response to each deliverable. All reports are due every 30 days (The dates will be noted on the Award). VIII. KEY PERSONNEL The minimum requirements for the key personnel include, but are not limited to, (a) a degree of B.S.with One (1) year demonstrated product/ service commercialization experience. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses 52.204-7 Central Contractor's Registration (CCR); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, including subparagraphs: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice to Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 1352.237-73 Key Personnel (March 2000) 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) 52.247-34 F.O.B. DESTINATION (NOV 1991) (a) The term "f.o.b. destination," as used in this clause, means -- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall -- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Clause) NIST LOCAL 04: BILLING INSTRUCTIONS (a)The Contractor shall submit an original invoice or voucher in accordance with the payments provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 FAX Number: 301-975-8283 Email: invoice@nist.gov (b)Each invoice or voucher submitted shall include the following: (1)Contract Number. (2)Contractor Name and Address. (3)Date of Invoice. (4)Invoice Number. (5)Amount of Invoice, and cumulative amount invoiced to-date. (6)Contract Line Item Number (CLIN). (7)Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered. (8)Prompt payment discount terms, if offered. (9)Any other information or documentation required by the contract. (END OF CLAUSE) INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Proposals Offerors shall submit their proposals so that NIST receives them not later than 12:00 p.m. Eastern Time on 08/08/2012. FAX proposals shall not be accepted. E-mail proposals shall be accepted at micole.cheatham@nist.gov. Offerors' proposals shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Technical Capability: The offeror shall submit a technical description of what is being proposed, which clearly identifies its protocol of how they will satisfy the requirement. The offeror must demonstrate that its proposal meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description. 2) Price Quotation: The offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 60 days from the date quotations are due. Acceptance of Terms and Conditions: This is a small business set aside for services as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. QUOTATION EVALUATION: All proposals will be evaluated on a Technically Acceptable, Lowest Price basis. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: MONIFA COLEMAN, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Herbert C. Hoover Building Room 5893 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Herbert C. Hoover Building Room 5893 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) Price Schedule CLIN Description QTY/UI Pricing 0001 SBIR commercialization assistance as described in attached Statement of Work 1/EA tiny_mce_marker_______
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RP-0020/listing.html)
- Place of Performance
- Address: All performance will be performed at the Contractor's place of business, United States
- Record
- SN02812941-W 20120726/120724235340-fe2985fe3a3c9bd942b5801065bf77b0 (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 |