|
COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 R -- COMMERCIALIZATION AND TECHNOLOGY TRANSFER SOL RFP2-37066-CDT DUE
052899 POC Carlos D. Torrez, Contracting Officer, Phone (650)
604-5797, Fax (650) 604-3020, Email ctorrez@mail.arc.nasa.gov WEB:
Click here for the latest information about this notice,
http://nais.nasa.gov/EPS/ARC/date.html#RFP2-37066-CDT. E-MAIL: Carlos
D. Torrez, ctorrez@mail.arc.nasa.gov. NASA/ARC plans to issue a Request
for Proposal potential sources to support NASA commercialization and
technology tranfer. A. Program Background In 1994 a national network of
NASA RTTCs was created to support core functions which promote NASA
commercialization opportunity outreach and U.S. industry support for
NASA technology transfer. The NASA Commercial Technology Program seeks
to continue the strategy of the national network of RTTCs with a
renewed emphasis on national level support for the Agency's complete
technology offerings. Accordingly, the RTTCs will work with potential
users in U.S. industry and government to: 1. Facilitate and promote
enhanced access to the wealth of NASA's technology and information; 2.
Stimulate the widest possible use of NASA technology in the national
interest; and, 3. Increase the dissemination and commercial application
of technologies in the U. S. resulting from NASA programs. B. Purpose,
Responsibilities, and Services: The purpose of this procurement is to
establisha not-for-profit network of NASA Regional Technology Transfer
Centers (RTTCs) in order to: 1. Promote, market and commercialize a
full range of NASA-based technology products, services and activities
i.e., technology licensing opportunities, technology assistance, joint
technology development opportunities, Small Business Innovation
Research (SBIR) and Small Business Technology Transfer (STTR)
opportunities. 2. Establish a formal relationship with each of the
States located within the NASA RTTC's region of responsibility in order
to leverage available economic development resources. 3. Establish
strong National level program coordination by developing an effective
and efficient system for collaboration within the NASA RTTC network to
fully represent the NASA technology portfolio and avoid redundancy. C.
Technical Capabilities and Operations: 1. Information/Database
Searching 2. Engineering/Scientific Capabilities 3. Electronic
Communications & Coordination 4. Networking & Marketing 5.
Information/Document Delivery D. NASA Information and Other Resources:
Each RTTC will have access to scientific and technical reports and the
NASA Scientific and Technical Information database and other NASA
resources to use in developing marketing plans and client delivery
methods. Resources will include: 1. Access to NASA personnel. 2. NASA
Field Center Technology Portfolio. 3. NASATechTracS database
(http://ntas.techtracs.org/). 4. NTAS TechFinder
(http://ntas.techtracs.org/). 5. The NASA commercial technology web
site (http://www.nctn.hq.nasa.gov). 6. Each Center's commercial
technology web site http://www.nctn.hq.nasa.gov). 7. STI databases
(http://www.nasa.gov/techinfo.html). E. Period of Performance for this
Contract The period of performance for this contract will be for a
2-year base period with one 1-year option period and one 2-year option
period (2+1+2). Currently, the Government is acquiring these services
on Cost type Basis. Under the successor contracts, the LOE approach
will be replaced with performance based requirements and will be
restricted to the acquisition of "outcomes or outputs" where the period
of performance and scope will be limited to work and products that can
be well defined and priced. In no event will open-ended requirements
be issued which lack discrete objectives or deliverables. F. Schedule
For planing purposes, the requests for proposal for this RTTC
recompetition will be issued in mid-June, 1999. The proposals will be
due to the NASA Centers in mid-August, 1999, with announcement of
awards by approximately the end of September, 1999. Solicitations will
be synopsized prior to release. The provisions and clauses in the RFP
are those in effect through FAC 97-11. The Government does not intend
to acquire a commercial item using FAR Part 12. See Note 26. The SIC
Code and Size Standard are 8741 and $5M, respectively. The DPAS rating
for this procurement is DO-C9. The anticipated release date of the
draft RFP2-37066(CDT) is on or about June 18, 1999 with an anticipated
due date for industry comment of on or about June 29, 1999. All
qualified responsible sources may submit a proposal which shall be
considered by the agency. An ombudsman has been appointed. See Internet
Note "B". The solicitation and any documents related to this
procurement will be available over the Internet. These documents will
be in Microsoft Office Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0)
format and will reside on a World-Wide Web (WWW) server, which may be
accessed using a WWW browser application. The WWW address, or URL of
the NASA/ARC Business Opportunities page is
http://procurement.nasa.gov/EPS/ARC/class.html. Prospective offerors
shall notify this office of their intent to submit an offer. It is the
offeror's responsibility to monitor the aforementioned Internet site
for the release of the solicitation and amendments (if any). Potential
offerors will be responsible for downloading their own copy of the
solicitation and amendments (if any). Any referenced notes can be
viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html. Posted 05/13/99
(D-SN331480). (0133) Loren Data Corp. http://www.ld.com (SYN# 0096 19990517\R-0008.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|