SPECIAL NOTICE
A -- BAA – NAVAIR Science and Technology Basic and Applied Research - NAWCAD-BAA-17-02
- Notice Date
- 1/17/2017
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- NAWCAD-BAA-17-02
- Archive Date
- 2/1/2018
- Point of Contact
- Jeffrey S. Boyce, Phone: 301-757-0015, Rebecca J. Wathen, Phone: 301-757-0013
- E-Mail Address
-
jeffrey.s.boyce@navy.mil, Rebecca.Wathen@navy.mil
(jeffrey.s.boyce@navy.mil, Rebecca.Wathen@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- BROAD AGENCY ANNOUNCEMENT INTENT TO ESTABLISH GOVERNMENT & PARTNERSHIP INTERMEDIARY SUPPORT FOR THE NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION ***Please note the BAA Validity Period as outlined in Section 5 of this BAA*** 1. INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAVAIRWARCENACDIV) is soliciting white papers from organizations designated as partnership intermediaries, as defined in 15 U.S Code § 3715 - USE OF PARTNERSHIP INTERMEDIARIES, to assist in technology transfer efforts. The technical and research white paper should include concepts and activities that will lead to increased NAVAIRWARCENACDIV collaborations with external partners, including universities, industry consortia, economic development entities, and State and local governments. These white papers should lead to improved utilization of federal technologies developed at NAVAIRWARCENACDIV and/or perform services that increase the likelihood of success in the conduct of cooperative or joint activities with small business firms, institutions of higher education, and industry. The desired goal is to make the most of the R&D budget and the expertise of both government and nongovernment scientists and engineers, increase the return on investment of the federal R&D budget, and help NAVAIRWARCENACDIV meet mission requirements while enhancing U.S. competitiveness in the world economy. 2. BACKGROUND Over the past several decades, presidents, Congress, and federal agencies have worked together to establish a policy framework that enables the federal government to transfer its technology to the nonfederal sector, which includes industry, state and local governments, and academic institutions. The bidirectional sharing between federal laboratories and private industry includes not only technologies, but personnel, facilities, methods, expertise, and technical information in general. Through this technology transfer process, federal laboratories share the benefits of the national investment in research and development (R&D) with all segments of society. These types of interactions create high growth entrepreneurship, foster innovation by increasing the rate of technology transfer and the economic and societal impact from Federal research and development (R&D) investments. Technology Transfer at NAVAIRWARCENACDIV is bi-directional. We are constantly seeking game-changing technologies no matter where these technologies are developed. When we find innovations that originated in the private sector or within academia, we work to connect those technologies to the Navy labs and to the Department of Defense. We refer to this as "spinning-in" technology. 3. SPECIFIC AREAS OF INTEREST Objective: To establish and operate an unclassified facility where Government, Labs, Industry, and Academia can collaborate. In doing so, this will create the requisite forum for accelerating delivery of innovative capabilities to NAVAIRWARCENACDIV. This will also facilitate capability refinement through technology exploration and experimentation in addition to assessing existing technologies that hold promise. Activities to be performed by the Partnership Intermediary shall include: 1. Evaluating potential technologies that enhance NAVAIRWARCENACDIV's fulfillment of its strategic objectives and near-term operational needs. 2. Assist vendors in prototyping, experimentation, and demonstration of these technologies in lab facilities and surrogate vehicles where possible. 3. Develop and execute strategies for effectively working with State and local agencies, federal government agencies, academia, entrepreneurs, and international partners to leverage technologies and resources. 4. Working within the technology ecosystem to assemble, host, and facilitate meetings, forums, and collaborative group's between NAVAIRWARCENACDIV and other organizations such as universities, national labs, and industry leaders in research, development, and manufacturing. 5. Establish a network for accessing various prototyping capabilities to include welding, machining, metal Additive Manufacturing ("AM"), large scale AM, and composite fabrication. 6. Coordinate subject matter expert (SME) participants for technology talks, innovation forums, and collaboration events to enhance its existing network. 7. Encourage industry collaborative investment of leveraged research resources in areas of basic research and exploratory and advanced development, identified as having high potential for defense and non-defense commercialization, and by involving eminent researchers in the pursuit and development of products for commercial markets. 8. Identify promising technologies that currently exist or are in the developmental phase at NAVAIRWARCENACDIV that could be efficiently and cost effectively transitioned to the U.S. warfighter. 9. Provide manufacturing, design, and business assistance to NAVAIRWARCENACDIV licensees for the purpose of successfully transitioning the technology to commercialization. This could include efforts such as assisting in developing marketing plans and connecting companies to venture capital or other resources. 10. Assist in the commercialization of NAVAIRWARCENACDIV intellectual property to the commercial sector. The Intermediaries facility shall be a state-of-the-art venue and provide for the following: • Meeting space with seating for groups of 25-50 people (steady state) and available space for rent to support large groups >150 people (adjacent to the facility would be ideal). • Accommodate 4-10 breakout rooms. • State of the art audiovisual equipment including microphones, digital white boards, smart boards, projectors w/screen, and internet connectivity. • The entire facility will be equipped with hi-speed wireless and configurable collaboration tools (to include break out rooms). • Organic event management and established relationships with professional large event planners for larger forums. • Capability to record both audio and video wrap-up sessions. The location shall be within 10 miles of the NAS Patuxent River, MD. 4. CONTRACT/AGREEMENT TYPE NAVAIRWARCENACDIV will consider various types of acquisition vehicles including but not limited to traditional FAR/DFARS type contracts or other non-procurement agreements. The Government will negotiate the most appropriate acquisition type. Note: Typically, research and technical activities result in the need for additional services/supplies, which are not possible to anticipate or project. Contract/Agreement modifications may be executed to satisfy these requirements; thereby providing for flexibility. In the event that this is required, it shall be considered to be within the scope of this BAA and the resulting contract and/or agreement. Therefore, the resulting acquisition vehicle will have met the requirements of the FAR/DFARS and the Competition in Contracting Act. 5. WHITE PAPER SUBMISSION No request for proposal (RFP), solicitation, or other announcement of this opportunity will be made. The initial rounds of white papers are requested by close of business on 17 FEB 2017. White Papers submitted after this date through one (1) year from the original posting date of this BAA in FEDBIZOPPS may be considered. Offerors shall submit white papers that will represent a comprehensive coverage of the proposed areas of interest stated in Section 3 of this BAA. The Government will not respond to requests for oral discussions of potential research or technical offerings. 6. WHITE PAPER Offerors shall submit a white paper, not to exceed fifteen (15) pages, at any time during the above stated open period. For the initial evaluation, the Government will evaluate white papers submitted by close of business on 17 FEB 2017. White Papers shall be submitted via email to Rebecca.Wathen@navy.mil and to Jeffrey.S.Boyce@navy.mil. Offerors are hereby notified that non-Government employees may have access to the technical portions of the offeror's white papers, and that the submission of a white paper shall constitute consent to the disclosure of all technical information to any non-Government employee. No cost information will be released to non-Government employees. The non-Government participants are employees of commercial firms under contract to the Government, and if they serve as technical advisors, they will be authorized access only those portions of the white paper data and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. White Papers shall identify the following: a. BAA Number; b. Organization Name and CAGE code; c. Other team members and type of business for each; d. Technical points of contact (including phone, fax, and e-mail information) e. Administrative Point Of Contact; f. Overview of the Proposed Work to include: A summary of the proposed approach to be taken for the specific areas of interest, including pertinent tasks; g. Overview of Relevant Experience to include: Description of the partnership intermediaries experience with similar research efforts for the DoD, other Government agencies, or Corporations where pertinent; resumes for the key educational and research personnel who will contribute to the development and execution of the proposed activities. Each person's resume shall not exceed two pages in length; h. Approved Direct and Indirect Cost Agreements: Offerors are requested to provide the most recently approved Direct and Indirect Cost Agreements that have been approved by the Cognizant Office of Naval Research. The Cognizant ONR office, point of contact, phone number, and email address shall be provided. In the event a formal agreement has not been negotiated with ONR, then provide your proposed Direct and Indirect Rates that will be used for the tasking that may be accomplished under this acquisition vehicle and your last three years of indirect rates used for similar tasking with other entities. (Not counted towards the white paper page count) Important Information for Prospective Contractors Current registration in the DoD's Central Contractor Registration (CCR) and System for Award Management (SAM) databases shall be a prerequisite for receiving an award from this BAA. For more information, please contact the CCR Assistance Center at 1-888-227-2423. White Papers received from offeror's who are not currently registered shall not be considered. 7. EVALUATION CRITERIA The Government will evaluate white papers responsive to any or all of the areas of interest discussed herein. White Papers will not be evaluated against each other. The evaluation criteria are: a) Technical merits of the proposed activities, to include, the degree to which proposed objectives support the targeted areas of interest; b) The offer's capabilities, related and recent experience, educational and research personnel, facilities, techniques, or unique combination of these which are integral factors for achieving the objectives. Detailed cost analysis will not be conducted for the purposes of awarding a Partnership Intermediary Agreement (PIA). As requirements and tasking are identified by the Government (and based on the availability of funding), individual orders (Collaborative Project Order (CPO)) will be placed against the PIA, whereby the Government will request Cost/Pricing information to assess the realism and reasonableness of costs (including proposed cost sharing) to include: direct labor, subcontractors/consultants, direct materials, travel, other direct costs, equipment, software, patents, royalties, indirect costs, escalation, and cost of money) prior to CPO award. Where a Contract vehicle is contemplated, the Government will require the aforementioned elements before a Contract award, to assess cost realism and reasonableness. 7. AWARDS NAVAIRWARCENACDIV is planning to make one or more awards within the overall objectives stated in this BAA. All awards will be based on the individual merit of the white paper. The Government reserves the right to select all, some, or none of the white papers received in response to this announcement. Any awards are subject to the availability of appropriations. There is no commitment by the Navy to be responsible for any monies expended by the offeror before award of a contract/agreement. For awards made as contracts, the socio-economic merits of each white paper will be evaluated based on the commitment to provide meaningful subcontracting opportunities with small business, small disadvantaged business, woman-owned small business concerns, and HBCU/MIs. Access and use of NAVAIR facilities will require security clearances and US citizenship. Contracting Office Address: Naval Air Warfare Center Aircraft Division 47060 Liljencrantz Road, Bldg 433 Patuxent River, MD 20670 Place of Performance: As determined by the tasking, but includes government installation, the educational institution's facilities, or accommodations nearby. Primary Points of Contact: Rebecca J. Wathen Contracting Officer Rebecca.Wathen@navy.mil Phone: (301) 757-0013 Fax: (301) 995-1186 Jeffrey Boyce Contract Specialist Jeffrey.S.Boyce@navy.mil Phone: (301) 757-0015 Fax: (301) 995-1454
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/NAWCAD-BAA-17-02/listing.html)
- Place of Performance
- Address: Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04372718-W 20170119/170117234317-4cbde0738e599459495ffd0f238e939c (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 |