Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
DOCUMENT

R -- Three Separate Non-Provisional Patent Applications - Statement of Work

Notice Date
8/7/2008
 
Notice Type
Statement of Work
 
NAICS
541199 — All Other Legal 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
 
ZIP Code
20899-1640
 
Solicitation Number
NISTSOL2008gr
 
Archive Date
8/30/2008
 
Point of Contact
George Ralis,, Phone: 301-975-8497, Mario A. Checchia,, Phone: 301-975-8407
 
E-Mail Address
george.ralis@nist.gov, mario.checchia@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Preparation, submission and prosecution of the non-provisional patent applications for the following NIST Inventions: 1) PROCESS AND APPARATUS FOR THE MEASUREMENT OF THERMAL RADIATION USING REGULAR GLASS OPTICS AND SHORT-WAVE INFRARED DETECTORS; (NIST DOCKET #08-005), 2) TOWARDS INDUSTRIAL SCALE-FABRICATION OF NANOWIRE-BASED DEVICES; (NIST DOCKET #08-011), 3) THE MICROFLUDIC PALATTE: GENERATION OF MULTIPLE CHEMICAL GRADIENTS WITHIN A MICROFLUDIC CHAMBER; (NIST DOCKET #08-013). Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a separate written solicitation will not be issued. Solicitation Number NISTSOL2008gr is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 541199 with a small business size standard of $6.5 million. THIS REQUIREMENT IS RESTRICTED AND ONLY SMALL BUSINESS CONTRACTORS MAY SUBMIT A QUOTE. The NIST Technology Services Division has a requirement for preparation, submission and prosecution of Non-Provisional Patent Applications for the referenced NIST Inventions. Independently and not as an agent of the Government, the Contractor shall provide services in accordance with the applicable Statements of Work (SOWs). SEE ATTACHED FILES (aka: Packages) FOR THE INDIVIDUAL SOWs. Interested offerers are invited to review the Statements of Work for the preparation, submission and prosecution of the non-provisional patent applications for the NIST inventions referenced in this combined synopsis/solicitation. OFFERERS MAY PROVIDE A RESPONSE TO EACH OR ALL OF THE REFERENCED APPLICATIONS. PLEASE INCLUDE THE APPLICABLE TITLE AND NIST DOCKET NUMBER ON YOUR RESPONSE. The Government shall award a purchase order resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. PERIOD OF PERFORMANCE: Purchase order for a five (5) year period from date of award. PRICE QUOTE: Please submit a firm-fixed price to complete this patent application work and a fully burdened hourly rate and number of hours used to derive the price. If your firm will be submitting a response, then please contact Mr. George Ralis, Contract Specialist, NIST, phone: 301-975-8497 or email: george.ralis@nist.gov for additional documentation. TECHNICAL INFORMATION CONTACT (TIC): To be determined by NIST PLACE OF PERFORMANCE: Contractor site. The resulting purchase order shall be negotiated on a firm fixed-price basis. The award shall be made on a best value basis. The best value evaluation factors while relatively equal are listed in order of importance, include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O)- Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-26. The provisions and clauses may be downloaded at http://www.acquisition.gov/far/index.html. 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(s) resulting from this solicitation to the responsible offeror(s) 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 evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data - General; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract and other appropriate clauses as needed. All interested contractors must be actively registered in the Central Contractor registration (CCR) database (www.ccr.gov); AND provide a completed copy of the Offeror Representations and Certifications. Responses are to be received electronically no later than 5:00pm, Eastern Time, on August 15, 2008. The electronic version shall be in the form of an email with attachments. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. Responses are to be emailed to: Mario Checchia, Contracting Officer, mario.checchia@nist.gov and George Ralis, Contract Specialist, george.ralis@nist.gov Submit quotes arranged in three sections as follows: SECTION I – Approach: Which includes identification and qualifications of relevant personnel and technical management approach; SECTION II - Past Performance: For relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; SECTION III – Price: Firm fixed-price for the required technical consulting services. Each firm fixed-price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. 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 contractor to confirm NIST's receipt of quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4ebf0f58b4f108ed32b2e0e35663dd24&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Final SOW_Docket 08-013 (Final SOW_Docket 08-013.pdf)
Link: https://www.fbo.gov//utils/view?id=efca9295b3b852965636da51ed33a57f
Bytes: 18.07 Kb
 
File Name: Final SOW_Docket 08-011 (Final SOW_Docket 08-011.pdf)
Link: https://www.fbo.gov//utils/view?id=6f211a575a707dde910c3b41c7ebdd55
Bytes: 17.17 Kb
 
File Name: Final SOW_Docket 08-005 (FINAL SOW_Docket 08-005.pdf)
Link: https://www.fbo.gov//utils/view?id=86c81f00e09dde645a8ec476ba7eb881
Bytes: 21.94 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Contractor site., United States
 
Record
SN01634766-W 20080809/080807225252-4ebf0f58b4f108ed32b2e0e35663dd24 (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 |
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.