Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2023 SAM #7858
SOLICITATION NOTICE

A -- Advanced Platform Technology (APT) Center Market Assessments

Notice Date
6/1/2023 12:35:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E23Q0133
 
Response Due
6/8/2023 8:59:00 AM
 
Archive Date
08/07/2023
 
Point of Contact
Ms. Millicent Covert, Contracting Officer, Phone: (Will not take calls)
 
E-Mail Address
millicent.covert@va.gov
(millicent.covert@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This is a Request for Quote (RFQ) and the solicitation number is 36C24E23Q0133. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for small business concerns. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS The Regional Procurement Office (RPO) - East has a requirement for a new contract for follow-on services for market assessment services for the Cleveland VAMC s Advanced Platform technology (APT) Center. The current contract is awarded to Wave Strategy, LLC (Contract 36C24E21P0046). A firm-fixed price contract will be awarded for the purchase of services in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. All work shall be completed in accordance with the Statement of Work (SOW) included within this solicitation. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the requirement. Offerors are requested to quote Firm Fixed Price for any and all of the line items on the Schedule of Supplies and Services included within Section 1.1 PRICING. Any award resulting from this solicitation will be issued on a Standard Form 1449. The government reserves the right to award without discussions. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-(k). Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office. Questions may be sent via email to Ms. Millicent Covert at millicent.covert@va.gov. No questions will be answered after Tuesday, June 6, 2023. 1.1 PRICING The Offeror shall submit price quotes for the required services to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the requirement. Indicate services offered that identified as being on GSA schedule and reference the contract number. Note: The Offeror should include a description of any support services in the technical quote. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 9.00 EA __________________ __________________ Base Year Assessment Reports PRINCIPAL NAICS CODE: 541611 - Administrative Management and General Management Consulting Services PRODUCT/SERVICE CODE: AN11 - Health R&D Services; Health care services; Basic Research 1001 3.00 EA __________________ __________________ Option Year 1 Assessment Reports PRINCIPAL NAICS CODE: 541611 - Administrative Management and General Management Consulting Services PRODUCT/SERVICE CODE: AN11 - Health R&D Services; Health care services; Basic Research 2001 3.00 EA __________________ __________________ Option Year 2 Assessment Reports PRINCIPAL NAICS CODE: 541611 - Administrative Management and General Management Consulting Services PRODUCT/SERVICE CODE: AN11 - Health R&D Services; Health care services; Basic Research GRAND TOTAL __________________ 1.2 GENERAL INFORMATION STATEMENT OF WORK APT Center Market Assessments 1. Background. APT Center research projects have progressed to a critical point where decisions must be made on their future direction. These projects have shown promise for the clinical needs of veterans. Thus, an external assessment is required to provide feedback and direction as the projects move along the translational pathway. 2. Scope. Contractor will work with the APT Center to conduct market assessments and analyses of the business opportunities for APT Center projects. The intended relationship will be both advisory in which Contractor evaluates and provides external validation and recommendations, and active in which they help raise awareness and showcase our technologies to potential investors or industrial partners. 3. Specific Tasks. The APT Center will take advantage of this valuable local resource to provide its Investigators with an objective, external evaluation of the potential impact of their projects and possible products. The Contractor s Senior consultants and their dedicated team will conduct market assessments and analyses of the business opportunities for APT Center projects. Investigators will provide Contractor with the Abstract, Specific Aims, Impact, and Significance sections of new grants in preparation, ongoing projects mid-term, or competing for continuations of existing projects before submission for analysis and objective external guidance on the marketability of their innovations and intended directions. Written materials will be complemented by extensive face-to-face interactions and opportunities to engage the Contractor s professionals. The Contractor will then issue a report for each project consisting of written and oral/presentation components that summarize the translational potential of each Investigator s discoveries or intended line of research and device development could include referrals to potential industrial partners or other valuable external resources for translation, such as the Case-Coulter Translational Research Partnership, State programs such as Jumpstart, the Technology Validation Fund, and Ohio Third Frontier. We anticipate contracting market assessment services from awardee for a Base Year plus two (2) Option Years. The goal is to have external evaluations conducted for each of the Center s projects funded by VA RR&D. 3.1 Task 1 - Enterprise Management Controls. 3.1.1 Subtask 1 - Integration Management Control Planning. Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation and related functions. 3.1.2 Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract. Deliverables: A final written report along with a presentation will be provided to the APT Center Principal Investigator for each of the market assessments completed. 4. Performance Monitoring. N/A 5. Security Requirements. As part of the work involved with this contract, Contract may gain access to VA proprietary data / information involved with our research projects. Contractor will maintain in confidence all data / information that it acquires to perform the work as outlined in this contract and not disclose any data / information to any third party, unless approved by the APT Center. 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 7. Other Pertinent Information or Special Considerations. We have a current contract with Wave Strategy (Contract 36C24E21P0046) a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements. Contractor shall maintain confidentiality for any proprietary information disclosed as part of the work involved with this contract. d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. N/A 9. Risk Control. N/A 10. Place of Performance. Work will be performed primarily at Contractor s location. 11. Period of Performance: Base Year + 2 Option Years (Possible 3 Years) The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the services meet the salient characteristics of this requirement. Offers that do not have descriptive material will not be considered for award. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation - Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance Vendors shall provide information on Past Performance Record. This information is used in determining the level of confidence the Government has for a successful performance based upon the vendor s actions under previously awarded and/or relevant contracts. The Government may utilize the Federal Past Performance Information Retrieval System (PPIRS), the Contractor Performance Assessment Reporting System (CPARS), responses from the Performance Risk Assessment Questionnaire, data submitted by the vendor, and any other information available to determine the quality and relevance of the vendor s past performance. Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation 36C24E23Q0133 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date of Thursday, June 8, 2023, no later than 11:59 AM, EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/58193fd71e77460e85afeea8db383384/view)
 
Place of Performance
Address: Louis Stokes Cleveland VA Medical Center 10701 East Blvd, Cleveland 44106
Zip Code: 44106
 
Record
SN06700830-F 20230603/230601230110 (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.