Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347

NASA/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