SOLICITATION NOTICE
R -- Science and Technology Professional Technical Services!
- Notice Date
- 4/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Navy, Strategic Systems Programs, SSP, ATTN CODE SPN-01 Nebraska Avenue Complex, 287 Somers Court, NW, Suite 10041, Washington, DC, 20393-5446
- ZIP Code
- 20393-5446
- Solicitation Number
- N00030-05-R-0056
- Response Due
- 4/18/2005
- Archive Date
- 5/3/2005
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is No. N00030-05-R-0056 and is issued as a request for proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-1 and DFARS Change Notice 20050222 . (iv) This solicitation is a small business set-aside. The applicable North American Industry Classification System Code is 541611 - $6 million. (v) Item 0001 FY05 ? Science and Technology (S & T) Professional Technical Services Item 0002 FY05 ? Science and Technology (S & T) Professional Technical Services (SBIR) Item 0003 FY06 ? Science and Technology (S & T) Professional Technical Services (Option) Item 0004 FY06 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) Item 0005 Contract Data Requirements List (CDRLs) (vi) Item 0001 ?FY05 ? Science and Technology (S & T) Professional Technical Services (Firm-Fixed Price?Level of Effort) During the period from the date of award through 30 September 2005, the Contractor shall make available and employ its facilities, personnel at the level of effort set forth in the Level of Effort clause below, services of others, and materials, and shall use its best efforts to perform the following: Task A. S&T Planning. The contractor shall provide technical services for the implementation and updating of leveraging S&T efforts as described in the Strategic Systems Programs (SSP) S&T Plan and Technology Road maps, which are compilations of the SSP branch plans for new efforts that are used to prepare and coordinate an overall SSP strategy for the Strategic Weapon System?s growth and modification. The Roadmap?s programs of interest include Advanced Concept Technology Demonstrations (ACTDs), Chief Technology Transfer Office Deals, Small Business Innovative Research (SBIR), Historically Black Colleges and University (HBCU) and Minority Institutions (MI) efforts, Manufacturing Technology programs (ManTech), Future Naval Capabilities, and others from government and industry which may be identified as potential candidates for leveraging Research & Development (R&D) funding into SSP programs. Task B. Requirements. The contractor shall maintain SSP S&T requirements. The contractor shall interface with SSP division/branch personnel to solicit, catalog, update and maintain the S&T requirements. The contractor shall review and make recommendations regarding requirements generation and shall identify technology shortfalls/gaps that are not being addressed. This task shall include liaison with Department of the Navy (DoN) officials for ensuring that SSP requirements are represented. The contractor shall also provide support in updating the SSP Research, Development, Testing and Evaluation (RDT&E) Requirements Review. Task C. Program Development. The contractor shall assist SSP in the development and submission of S&T candidate proposals that meet program requirements. Task D. Transitioning. The contractor shall review and assess S&T efforts, which will transition to SSP platform and weapons applications. This task includes the identification of funding, tasks, and resolution of technical issues that are required for program execution. Task E. Information Management. The contractor shall prepare draft inputs to letters and communications that discuss S&T planning and execution, and shall develop briefing materials for the program office. This includes preparation of the task descriptions and accomplishments for Technologies for Sustainment of Strategic Systems (TS3), updating the SSP Acquisition Plan, and providing inputs to updating the SBIR Web page. Task F. Meetings, Conferences, & Symposia. The contractor shall attend S&T meetings in the execution of the tasks listed above. This includes the Sea Strike Integrated Product Team (SCIPT) meetings and SBIR conferences. Item 0002 ?FY05 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Firm-Fixed Price?Level of Effort) During the period from the date of award through 30 September 2005, the Contractor shall make available and employ its facilities, personnel at the level of effort set forth in the Level of Effort clause below, services of others, and materials, and shall use its best efforts to perform the following: Task A. Program Office Support. The contractor shall provide Small Business Innovative Research (SBIR) Program support for assessments and analyses of the management of research and development projects, including those related to Weapons and Shipboard Systems, subsystems, and components. Provide technical support to Program staff in execution of the SBIR Program. Specific support will typically include the following: training in SBIR regulations, policy, and business practices; reporting on and documenting management assessment topics; preparing technical responses, presentation materials, and schedules and charts. Task B. Meetings, Conferences, & Symposia. The contractor shall attend SBIR related meetings and conferences in the execution of the tasks listed above. This includes participating in panels and working groups and resolving actions resulting from the meetings. Item 0003 ? FY06 ? Science and Technology (S & T) Professional Technical Services (Option) (Firm-Fixed Price ? Level of Effort) If the option is exercised, during the period of 1 October 2005 through 30 September 2006, the Contractor shall make available and employ its facilities, personnel at the level of effort set forth in the Level of Effort clause below, services of others, and materials, and shall use its best efforts to perform the tasks set forth in Item 0001. Item 0004 ?FY06 ? Science and Technology (S & T) Professional Technical Services (SBIR) (Option) (Firm-Fixed Price ? Level of Effort) If the option is exercised, during the period of 1 October 2005 through 30 September 2006, the Contractor shall make available and employ its facilities, personnel at the level of effort set forth in the Level of Effort clause below, services of others, and materials, and shall use its best efforts to perform the tasks set forth in Item 0002. Item 0005 - Contract Data Requirements List (CDRL) (Not Separately Priced) The Contractor shall provide the data set forth in the CDRL, DD Form 1423, attached hereto as Exhibits A & N. (vii) The dates of performance are as stated in the statement of work above. The place of performance is primarily at the contractor?s facilities. (viii.) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and is incorporated by reference. The following addendum also applies to this acquisition. Addendum: Instructions and Other Information for Offerors 1. General. A proposal shall consist of Parts 1,2,3,4, and 5 as described below. Part 4 (Prices) and Part 5 (Proposed Contract Document) shall each be submitted as a volume that is physically separate from the other parts of the proposal. A proposed contract document and complete instructions can be viewed and printed from the Navy Electronic Commerce On-line (NECO) web page at www.neco.navy.mil. A proposal that does not include all of the information requested for Parts 1, 2, 3, 4, and 5, or that is otherwise inconsistent with these instructions, may be rejected. 2. Part 1?Administrative. Part 1 of the proposal shall include the offeror?s (1) name and address; (2) business size; (3) DUNS number; (4) Cage code; and (5) taxpayer identification number. Part 1 shall also include the completed provisions at FAR 52.212-3 with (Alternate 1) and DFARS 252.212-7000. An uncompleted copy of each provision can be found at the NECO web page at www.neco.navy.mil. 3. Part 2?Personnel. Part 2 shall include the following sections: (a) . Level of Effort and Labor Mix Section. This section shall indicate the proposed level of effort (i.e., man-hours) and labor mix. (b). Qualifications. This section shall include the names, titles, security clearance and resumes of all personnel in the skill (labor) categories identified in the Level of Effort and Labor Mix Section whom the offeror would assign to the contract. This section shall indicate that each person assigned to the contract will have a security clearance of ?secret? or higher at the time of contract award. The information provided for each person should include education, technical expertise, knowledge and experience, and percent of time to be dedicated to the work. 4. Part 3?Past Performance. (a) Part 3 should address "past performance," which refers to the quality of the offeror's performance of work that is the same as or similar to the effort described in the Performance Work Statement. Past performance is different from experience. Past performance describes how well the offeror has performed work that is the same as or similar to the effort described in the Performance Work Statement, while experience reflects whether the offeror has performed such work. (b) Part 3 should identify at least three similar contracts and/or subcontracts completed during the past three years. Identified contracts may include those with the Federal Government, agencies of state and local governments, and commercial customers. 5. Part 4?Prices. (1) Part 4 shall be submitted as a document that is separate from Parts 1, 2, 3, and 5. Each contract line item shall be procured on a firm-fixed price basis. Item 0005 will not be separately priced. (a) In preparing its proposed prices, the offeror may use the level-of-effort estimates in paragraph 3(a)(4) of this Addendum. The offeror may also use the information in paragraph (c) below regarding estimated travel costs, as well as other information in this Addendum. If the offeror bases its proposed prices on different level-of-effort and or travel/cost estimates, Part 4 shall describe the different estimates and provides a justification for using them. (b) Daily performance of the work will be primarily at the Contractor?s site. It is estimated that the Contractor will be required to attend one meeting per year at a national SBIR conference. It is estimated that each of these trips will be for two people for three days. In addition, there will be travel required in the Washington, D.C. area to attend required meetings and briefings. 6. Part 5?Proposed Contract Document. Submission of a proposal shall be in accordance with the applicable provisions of paragraph (b) of the clause at FAR 52.212-1, Instructions to Offerors?Commercial Items, as supplemented by this Addendum. Part 5 of the proposal shall be the proposed contract document. The Proposed Contract Document can be viewed and printed from the Navy Electronic Commerce On-line (NECO) web page at http://www.neco.navy.mil. The offeror shall complete blocks 12, 17 and 30 of the Standard Form 1449 and sign the document. If and when award is made, the Contracting Officer will complete the Standard Form 1449 and insert the information as indicated in the document, consistent with the awardee?s proposal. Part 5 shall be submitted as a document that is separate from Parts 1, 2, 3, and 4. 7. Government Furnished Equipment and Information. Current copies of documents and plans found in the DD Form 1423, Contract Data Requirements List, as well as access to the SBIR web-site, will be made available to the Contractor through the Deputy Technical Plans Officer or designee. 8. Evaluation. (a) In making its contract award determination, the Government has the discretion to make tradeoffs involving the evaluation factors and the strengths and weaknesses of competing proposals. The Government may award a contract to other than the lowest-priced offeror or other than the highest technically rated offeror. (b) To account for any additional costs (e.g., phase-in/transition costs) that the Government may incur as a result of an award to an offeror, the Government may adjust the proposed contract amounts for evaluation purposes. (c) With respect to the past performance factor, the Government will assign a rating to the offeror?s proposal that reflects a judgment relating to the Government?s level of confidence that the offeror will successfully perform the contract work. An offeror without a record of relevant past performance or for whom information on past performance is not available will be assigned a neutral rating. The evaluation will be consistent with DFARS 215.305(a)(2). (d) In its basis for (1)evaluating the offeror?s past performance or any aspect of the offeror?s proposal, or (2) any decision relating to award of a contract, the Government may include or exclude any information from any source to any extent consistent with law and regulation, notwithstanding anything else in this solicitation. (9) The provision Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998) at DFARS 252.209-7001 is incorporated by reference and applicable to this acquisition. (ix.) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference. The following paragraph (a) is substituted for paragraph (a) of that clause: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluated offers: personnel, past performance, and price. The personnel factor is more important than the past performance factor. When personnel and past performance factors are combined, they are significantly more important than the price factor. Also, to be eligible for award, the offeror must meet the following requirement: At the time of contract award, all personnel whom the offeror proposed to assign to the contract must have a security clearance of ?secret? or higher. (x.) An offeror must include in Part 1 of its proposal a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (with its Alternate I), and a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items. An uncompleted copy of each provision can be found on the NECO web page at http://www.neco.navy.mil. (xi.) FAR 52.212-4, Contract Terms and Conditions?Commercial Items applies to this acquisition and is incorporated by reference. The addendum set forth in section (xiii) of this combined synopsis/solicitation is also applicable to this acquisition. (xii.) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2005), applies to this acquisition and is incorporated by reference. The following clauses cited in paragraph (b) of the clause at FAR 52.212-5 are hereby checked and are applicable to this acquisition. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards. The following clauses cited in paragraph (c) of the clause at FAR 52.212-5 are hereby checked and are applicable to this acquisition only if this acquisition is subject to the Service Contract Act of 1965, as amended: FAR 52.222-41, Service Contract Act of 1965, As Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (insert in blanks: ?The Contracting Officer will provide information upon request.?); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts). The clause at Defense FAR Supplement (DFARS) 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005), applies to this acquisition and is incorporated by reference. The following clauses cited in the clauses a DFARS 252.212-7001 are hereby checked and are applicable to this acquisition: FAR 52.203-3 Gratuities; DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (applies to the extent this acquisition is a foreign military sale)(insert ?not applicable? in the blank); DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.227-7015, Technical Data?Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustments; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii.) The following addendum to Contract Terms and Conditions?Commercial Items, FAR 52.212-4, is applicable to this acquisition: Addendum: Contract Clauses (complete clauses applicable to this action are available on the NECO web page at www.neco.navy.mil) The following FAR and DFARS clauses are incorporated by reference: 1. Patent Rights?Retention by Contractor (Short Form)(Jun 1997), FAR 52.227-11 2. Availability of Funds (Apr 1984), FAR 52.232-18* 3. Continuity of Services (Jan 1991), FAR 52.237-03 4. Patents?Subcontracts (Apr 1984), DFARS 252.227-7034 5. Patents?Reporting on Subject Inventions (Apr 1990), DFARS 252.227-7039 6. Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998), DFARS 252.209-7001 *--Applies only to base effort or items that are not funded, and to optional effort or items that are not funded at the time of option exercise. The following clauses are applicable: Level of Effort (Aug 2003), SSP 5252.216-9750 Increase in Level of Effort Option Exercise (Dec 2003), SSP 5252.217-9750 Technical Instructions (Sep 1999), SSP 5252.242-9750 Government Furnished Resources DFARS 252.232-7007 Limitation of Government?s Obligation (Aug 1993) & Alternative I (Aug 1993) Alternatives to Specifications and Standards (Sep 1999), SSP 5252.210-9750 Competitive-Procurement Requirements 1. The Contractor shall perform the contract in accordance with the proposal, as amended, which the Contractor submitted in response to the solicitation. Such proposal is hereby incorporated by reference in this contract. In resolving any inconsistency, such proposal shall be given precedence after "the specifications" in the order of precedence described in the "Contract Terms and Conditions Commercial Items" clause. 2. The award of this contract is based on the Contractor's proposal. If the Contractor's proposal included resumes of persons whom the Contractor proposed to assign to this contract, the Contractor shall assign such persons to the contract and shall not substitute others for such persons except as provided in this clause. 3. The Contractor shall not make a substitution for any of such persons unless (1) the substitute has qualifications equal to or higher than the qualifications of the replaced person, and (2) the Contractor notifies the Contracting Officer of any proposed substitution at least 30 calendar days in advance of the substitution. Such notification shall include: (i) an explanation of the need for the substitution, (ii) a complete resume of the proposed substitute, and (iii) any other information requested by the Contracting Officer for use in determining the substitute's qualifications. 4. This contract shall not be subcontracted or performed by anyone other than the Contractor or its employees without the prior written consent of the Contracting Officer. Non-Disclosure Agreements (Sep 1999), SSP 5252.227-9750 Assignment of Personnel 1. A basis for award of this contract is the list of key people proposed. Accordingly, the Contractor shall assign under this contract those persons whose resumes were submitted with the proposal. No substitutions shall be made without prior notification to the Contracting Officer in accordance with this clause. 2. All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to be replaced. 3. The Contracting Officer shall be notified of any proposed substitution at least 30 days in advance of the substitution. Such notification shall include: (i) an explanation of the circumstances necessitating the substitution, (ii) a complete resume of the proposed substitute, and (iii) any other information requested by the contracting Officer in order to determine that the Contractor is maintaining the same high quality of people that provided the basis for award. Performance Assessment (Applicable to Items 0001-0002, and if the options are exercised, Items 0003-0004) Attachments The proposed contract document, Performance Assessment Plan, the Contract Data Requirements List, and DD Form 254 are attachments, which can be found at http://www.neco.navy.mil. (xiv.) The Defense Priorities and Allocations System (DPAS) applies and the DPAS priority rating is DO A5. (xv.) See Note 1. (xvi.) Offers are due at the Contracts Office, Strategic Systems Programs at 4:00 pm local time on 18 April 2005. Offers shall be submitted to the attention of Jodie LaFreniere-Dajc, SPN-13, Contracts Office, Strategic Systems Program. The mailing address is Strategic Systems Programs, Contracts Office, Attn: Jodie LaFreniere-Dajc, SPN-13, Nebraska Avenue Complex, 287 Somers Court NW, Suite 10041, Washington DC 20393-5440. Note: The street address of the Strategic Systems Programs is different from its mailing address. The street address is Strategic Systems Programs, Nebraska Avenue Complex, 3801 Nebraska Avenue NW, Washington DC 20393-5446. If offers are hand carried, they will be received at 3801 Nebraska Avenue NW, Washington DC, Building 1, Room 13033, until 4:00 pm local time. The Nebraska Avenue Complex is a controlled facility. A photo identification card will be required in order to obtain a visitor?s badge. Contact Jodie LaFreniere-Dajc at (202) 764-2183 for arrangements for hand carried offers. A complete copy of this solicitation, including the proposed contract document and provisions at FAR 52.212-3 and DFARS 252.212-7000 can be viewed on the NECO web page at http://www.neco.navy.mil. (xvii.) For information regarding this solicitation contact Jodie LaFreniere-Dajc at (202)764-2183 or spn13@ssp.navy.mil and should reference this combined synopsis/solicitation N00030-05-R-0056.
- Record
- SN00781529-W 20050406/050404212129 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |