Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2020 SAM #6853
SOLICITATION NOTICE

A -- Research Consortium Manager Request for Solutions

Notice Date
9/1/2020 2:28:16 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N001642090001
 
Response Due
9/16/2020 2:00:00 PM
 
Archive Date
10/30/2020
 
Point of Contact
Kori Jacobsen, Phone: 8128546343
 
E-Mail Address
kori.jacobsen@navy.mil
(kori.jacobsen@navy.mil)
 
Description
Research Consortium Manager Request for Solutions PIIN: N001642090001 FSC: AC21/AC22/AC23/AC61/AC62/AC63 NAICS: 541715 PURPOSE The Naval Surface Warfare Center, Crane Division (NSWC?CR) and the Department of Defense (DoD) require research to address current and future security threats related to Strategic and Spectrum Missions (see Attachment 1). United States (U.S.) leadership in Strategic and Spectrum Missions is critical to military dominance and economic sovereignty. Loss of this leadership position threatens U.S. ability to deter adversaries and prevail in conflict. NSWC?CR�s intent is to develop a research consortium supporting Strategic and Spectrum Missions by competitively awarding an Other Transaction (OT) agreement to a Consortium Manager (CM) responsible for the establishment and management of the consortium. The purpose of this Request for Solutions (RFS) is to receive written responses with the intent to establish a range of respondents for oral presentations and further evaluation. NSWC?CR intends to enter into a nine (9) year OT agreement (3 year base period with two 3?year options) with an unlimited ceiling with a single CM for management of a consortium authorized under 10 U.S.C. �2358 and 10 U.S.C �2371 for basic, applied, and advanced research projects. This consortium model will seek collaboration between the Government, Industry, and Academia to facilitate and encourage critical technology research unavailable through other contracting methods. NSWC Crane�s objectives in establishing a consortium for research in accordance with 10 U.S.C �2371, 10 �2358, and applicable DoD Guidance are: Develop a relationship withIndustry and Academia to establish streamlined processes for obtaining research. Establish an agile and collaborative working relationship amongst the Government and Academia/Industry. Establish a consortium comprised of entities possessing significant research capabilities to meet Government needs associated with the consortium Technology Focus Areas (see Attachment2). Attract, vet, select, and retain members relevant to the consortium Technology Focus Areas. SOLUTION CONTENT AND FORMAT This is a two?step solution submission and evaluation process. Step 1 is a written narrative and Step 2 is an oral presentation. Step 1 contains mandatory information under (1)(a)(i) and additional information in narrative form within (1)(a)(ii) and (iii) which provides the basis for the CM being invited to participate in Step 2. Step 2 provides the basis for the best value determination for which award will be made. The Government reserves the right to limit the participants in Step 2 based on information obtained in Step 1. Furthermore, the Government reserves the right to enter into further conversations with limited parties OR make award at the conclusion of Step 2. NOTE: Due to the COVID?19 pandemic, and in order to maintain social distancing standards, oral presentations may be conducted virtually. STEP 1 ? WRITTEN NARRATIVE: CONTENT: Cover Letter (1 page limit) The name, address, email address, telephone numbers, CAGE Code, DUNS Number, and Tax Identification Number (TIN) of the Consortium Management Firm. Names, titles, telephone numbers, and email addresses of persons authorized to negotiate on the Respondent�s behalf with the Government in connection with thissolicitation. The Respondent shall provide confirmation the CM is registered and active in the System for Award Management (SAM). The Respondent shall provide confirmation of Wide Area Work Flow (WAWF) capability for the purposes of submitting and receiving payments. Confirmation statement that all CM owners and employees are U.S. citizens. Organization Structure (1 page limit) Respondent shall provide a proposed organizational structure with clear indication as to which positions are currently filled versus those that are currently vacant. Capability Statement (5 page limit) Respondent shall provide an overview of current capabilities and priorconsortium management experience. FORMAT: All narrative language shall be no smaller than 10 point. Single?spaced, single?sided (8.5 by 11 inches). Margins on all sides (top, bottom, left, and right) should be at least 1inch. Page limitations shall not be circumvented by including inserted test boxes/pop?ups or internet links to additional information. Such inclusions are not acceptable and will not be considered as part of the response. Files must be submitted in PDF and/or Microsoft Word formats only. STEP 2 ? ORAL PRESENTATION (UPON REQUESTONLY): Respondents to Step 1 may be invited to participate in oral presentations for further evaluation. It is estimated that the respondents invited to participate in Step 2 will receive at least 3 weeks notification before their oral presentation. Details including date/time/location of oral presentations will be provided by the Government when the respondent is notified of their inclusion in the Step 2 evaluation. For planning purposes, the following information will be evaluated as part of oral presentations: MANAGEMENT: Organizational and corporate structure including which positions are currently filled andwhich positions are vacant. Research project process flow diagram and estimated timelines identifying all steps and responsible parties. Identification of how the CM will process Government problem statements and provide successful research outcomes. Facilities relevant to research that are at the CM�sdisposal. Overview of services offered by CM to consortium members. EXPERIENCE/MATURITY: Experience with tested OT processes and business practices. Maturity of agreement details that will be executed with Consortium members. Existing membership �coverage� of identified Technology Focus Areas. FINANCIAL: CM�s current accounting system and how it will track expenditures for a research project. Proposed charges, fee?for?service, and/or other fees the CM will charge the Government. Proposed consortium membership fees. SECURITY: Current status of any existing facility security clearance and level of safeguarding or demonstration of the ability to obtain security clearance and at what level. Demonstration of how membership security vetting will be conducted. Safeguards to reduce leakage of sensitive research results to foreignadversaries. Operational Security (OPSEC) practices including compliance with Section 889(a)(1)(B) and specific safeguards for IT systems. RECRUITMENT/OUTREACH: Marketing and advertising practices. Detailed plan and schedule on how the CM will populate the consortium with members possessing significant technical capabilities to meet Government needs associated with the Technology Focus Areas. The CM�s retention plan to retain members relevant to the Technology Focus Areas. Reduction of barriers to entry for consortium membership. BASIS FOR AWARD Selection of the CM will be made to the responding CM that provides the best value to the Government as determined by an evaluation of the criteria identified in Step 2. The Government will perform an evaluation of the above criteria and assign strengths and weaknesses in accordance with definitions below: Strength is an aspect of a Respondent�s solution that has merit in a way that will be advantageous to the Government during agreement performance. Weakness is defined as a flaw in the solution that increases the risk of unsuccessfulagreement performance. Upon review of a respondent�s strengths and weaknesses, a confidence rating (likelihood the respondent will successfully perform the requirements) will be assigned based upon the definitions below: Substantial Confidence � The Government has a high expectation that the Respondent will successfully perform the required effort. Satisfactory confidence � The Government has a reasonable expectation that the Respondentwill successfully perform the required effort. Limited confidence � The Government has a low expectation that the Respondent will successfully perform the required effort. No confidence � The Government has no expectation that the Respondent will be able to successfully perform the required effort. The Government will then compare the various strengths, weaknesses, and confidence ratings among solution respondents to select the CM that represents the best value to the Government. ATTACHMENTS Attachment 1 � Strategic & Spectrum MissionsScope Attachment 2 � Technology Focus Areas SUBMISSION DATES & POINTS OF CONTACT Respondents shall submit their written narrative (Step 1) no later than 1400 on 16 September 2020. All questions and solution submissions shall be sent to ALL of the following Points of Contact. Kori Jacobsen Phone: (812) 854?6343 Email: kori.jacobsen@navy.mil Carson Polley Phone: (812) 854?8290 Email: carson.polley@navy.mil Jordan Schnarr Phone: (812) 854?8765 Email: jordan.schnarr@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b2a7d0ba0a5748a285f37233fce90e7c/view)
 
Record
SN05781676-F 20200903/200901230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.