SOLICITATION NOTICE
R -- Early Stage SBIC Program Consultant - FAR Clauses - Pricing Sheet - Non-Disclosure Agreement - Statement of Work - Past Performance Questionaire
- Notice Date
- 2/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 523930
— Investment Advice
- Contracting Office
- Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
- ZIP Code
- 20416
- Solicitation Number
- 2504010Q1002
- Archive Date
- 4/3/2012
- Point of Contact
- Melissa Capitani, Phone: 3038447008
- E-Mail Address
-
melissa.capitani@sba.gov
(melissa.capitani@sba.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionaire Statement of Work Non-Disclosure Statement Pricing Sheet FAR 52.212-4 and 52.212-5 Clauses SBA EARLY STAGE INVESTMENT SERVICES EARLY STAGE SBIC PROGRAM CONSULTANT SBA OFFICE OF INVESTMENTS, WASHINGTON, DC PERIOD OF PERFORMANCE: One year base from date of award with two, one year option periods This acquisition is set aside for 100% Small Business Participation 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. The NAICS is 523930 and the Small Business Size Standard is $7.0 million. Solicitation number 2504010Q1002 is being solicited as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55. IDENTIFICATION The Small Business Administration (SBA), Office of Investments located in Washington, DC intends to solicit and award a contract for guidance on the appropriate selection methodology to be used for purposes of evaluating applications for licensing as Early Stage Innovation Funds under the Small Business Investment Company (SBIC) program. The contract shall also provide for assistance in the selection of Early Stage Innovation SBICs. Please see the attached Statement of Work for further details. OBJECTIVES SBA is interested in ensuring it follows the best industry practices in evaluating the skill sets necessary to successfully manage an early stage equity fund. Please see the attached Statement of Work for further details. BACKGROUND The SBIC program was created to stimulate and supplement the flow of private equity capital and long term loans to small business companies. It does this by licensing teams of experienced private equity professionals who in turn make equity investments and long term loans to SBCs. Please see the attached Statement of Work for further details. MANDATORY REQUIREMENTS 1. Contractors are required to submit a three part proposal in hard copy form consisting of a technical proposal; past performance documentation; and a price proposal. Along with a price proposal breakout, please include a completed "Pricing Sheet" which is attached to this combined synopsis/solicitation. Requirements for all are listed below in "Evaluation Factors". Six (6) complete sets shall be submitted, an original and five copies. 2. In accordance with FAR Parts 1, 2, 4, 13, 32, and 52 and effective October 1, 2003 Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement. No award will be made to any offeror not registered in CCR with the applicable NAICS code selected. 3. All offerors must be registered in and have completed certifications in the Online Representations and Certifications Application (ORCA). No award will be made to any offeror not registered in ORCA. PAYMENTS/BILLING 1. Payments will be made monthly upon receipt of an acceptable invoice, which is submitted to the SBA electronically. 2. Payments shall be made in accordance with contract terms and conditions. EVALUATION FACTORS FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (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. Technical factors and past performance are more important than price in determining Best Value. The following factors shall be used to evaluate offers: The Government intends to award without discussions. Therefore, each vendor is urged to examine this request for proposal in its entirety and to ensure that their proposal contains all necessary information, provides all required documentation, and is complete in all aspects. To aid in evaluation, written portions of the proposals shall be clearly and concisely written as well as being neat, and logically assembled. Proposals shall be typed single sided pages, no less than 12-point (pitch) type. Proposals submitted against this request shall consist of three separate parts as follows: a) The first part shall be the price proposal. The SBA anticipates committing approximately $150 million in leverage prior to 2012 fiscal year end (September 30, 2012) under the initial solicitation for Early Stage SBICs. However, SBICs approved under the initial solicitation may request leverage in excess of such amount; if so, the additional amounts requested by such applicants may be committed in subsequent fiscal years. SBA contemplates between three and eight funds will be approved under the initial solicitation although significantly more may apply. Each approved fund is expected to have between two and three principals. SBA estimates up to 50 principals may need to be reviewed under the initial solicitation. Each offeror should submit a minimum total price based upon the parameters included above. Additionally, each offeror should submit a pre manager price in the event the government elects to add additional managers or seeks to reduce the number of managers if the quoted minimum exceeds budgetary constraints. There is no page limitation on this part. Each offeror shall submit a travel estimate. SBA anticipates between two and four visits to SBA at its Washington headquarters. One visit may extend for a total of three days; other trips are not expected to require more than one day. Travel estimates must comply with the Federal Travel Regulation, 41 Code of Federal Regulations (CFR) chapters 300-304, and, to the extent applicable, SBA Standard Operating Procedure 20 11 5B. Pricing Sheet - Supplies or Services and Prices/Costs with line item prices inserted by the offeror. Please refer to the "Pricing Sheet" attached. Completed and signed Representations, Certifications and Other Statements of Offerors shall be included with the price proposal (FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items). Also complete and include FAR 52.209-7 entitled, "Information Regarding Responsibility Matters" found within the body of this announcement. b) The second part of the proposal shall address the technical approach. This part shall address the Contractor's ability to analyze the capability of fund managers to successfully invest in early stage companies, primarily in the form of equity securities. The contractor shall demonstrate an understanding of how fund managers source potential investments, perform due diligence on such potential investments, structure and price the investment, add value to the businesses invested in, and plan for and execute an exit from the investment. The contractor's experience should have been obtained by investing directly in funds with a strategy similar to that envisioned by the Early Stage SBIC program or by advising investors making investments in such funds. This part shall be limited to 25 pages and should include the following elements: i) Technical Approach Under the Early Stage SBIC program, the Agency will be selecting management teams to operate as Early Stage SBICs. These SBICs will focus on investing (primarily equity) in early stage companies. The selected contractor will assist the Agency in evaluating the potential applicants for the program. This evaluation will focus on the skills and experiences of the proposed SBIC managers to determine if they can successfully invest in early stage companies. The selected contractor will review the previous experience (especially track record of the managers), the proposed strategy of the management team and conduct appropriate due diligence on the applicant(s). Based on this evaluation the selected contractor will provide recommendations to the Agency as to the qualifications of the applicant. In order to perform this analysis, the selected contractor will have had to have prior experience in either (1) making such investments directly into small businesses or into funds that make such investments or (2) having evaluated such an investment strategy on behalf of potential investors into a fund that would make early stage investments. It is likely that the time frame for evaluating potential applicants will be compressed, perhaps as little as 30-45 days from submission of the applications. The contractor must be able to assign qualified staff sufficient to meet this deadline. The contractor needs to address the methodology it will use in evaluating the skill set and experiences of prospective applicants. It should demonstrate how the methodology allows it to determine that potential applicants will possess the skills necessary to be successful in the Early Stage SBIC program. Specifically, the contractor should explain how its methodology addresses the areas contained in the Investment Memorandum attached to the Statement of Work. The contractor should directly relate prior experience it possesses to the analysis required to be performed herein. ii) Key Personnel The contractor must supply resumes of the individuals performing the analysis required under this contract. The resumes must detail the specific type and amount of work experience held by the key individuals who will be involved in this project and how such experience relates to the duties required under this contract. The proposed individuals must have the specific experience and must provide the actual analysis; they cannot function in solely an oversight role. The expectation is that the primary individual(s) responsible for the analysis will have a minimum of five years of directly analogous experience although supporting professional individuals may have less. Nonetheless, all individuals performing the analysis contemplated by this contract must have directly analogous experience. iii) Organizational Experience/Ability to Perform The contractor must demonstrate that it has the infrastructure to satisfactorily perform and support the analysis contemplated by this contract. This will include the ability to supply the administrative services necessary to support the contract. The contractor must address whether performance of the duties required herein will be compromised by its existing business needs. c) The third part shall address past performance. Contractor shall address past performance gained over a minimum of the past five years that demonstrates experience outlined in b) above. The contractor should have the experience directly or have assigned staff that has the direct experience for the requisite number of years. There is no page limitation on this part. A minimum of three reference packages entitled "PAST PERFORMANCE QUESTIONAIRE" found behind this solicitation must be submitted. The offeror is responsible for submitting Part I of the package but is also responsible for coordinating with their chosen references to ensure a full package is received by the SBA consisting of all six pages for each reference. Six paper sets of the proposal, an original so marked and five copies are required. Submissions must be submitted in hard copy form. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Evaluation of Proposals A. Initial Evaluation of Proposals An evaluation plan has been established to evaluate the factors set forth in the Evaluation Criteria stated below, and all offers received will be evaluated in accordance with the established evaluation plan. The Government reserves the right to make an award without discussion based solely upon initial proposals. Therefore, offerors should ensure that their initial proposal constitutes their best offer in terms of both price and the technical solution being proposed. If required, the Contracting Officer may establish a competitive range comprised of the technically acceptable proposals. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition amount the most highly rated proposals. Only those offerors in the competitive range will be offered an opportunity to participate further in the procurement. B. Discussion/Final Proposal Revisions (if appropriate/necessary) The Contracting Officer will engage in discussions with all offerors in the competitive range in accordance with FAR 15.306. At the conclusion of the discussions, a final common cut-off date which allows a reasonable opportunity for submission of written final proposal revisions will be established. Those offerors selected to remain in the competitive range will be notified to submit Final Proposal Revisions. C. Final Evaluation of Offers (if appropriate) A final proposal evaluation will be performed after receipt of Final Proposal Revision Technical Approach Under the Early Stage SBIC program, the Agency will be selecting management teams to operate as Early Stage SBICs. These SBICs will focus on investing (primarily equity) in early stage companies. The selected contractor will assist the Agency in evaluating the potential applicants for the program. This evaluation will focus on the skills and experiences of the proposed SBIC managers to determine if they can successful invest in early stage companies. The selected contractor will review the previous experience (especially track record of the managers), the proposed strategy of the management team and conduct appropriate due diligence on the applicant(s). Based on this evaluation the selected contractor will provide recommendations to the Agency as to the qualifications of the applicant. In order to perform this analysis, the selected contractor will have had to have prior experience in either (1) making such investments directly into small businesses or into funds that make such investments or (2) having evaluated such an investment strategy on behalf of potential investors into a fund that would make early stage investments. The contractor must specifically identify how its methodology determines that a prospective applicant meets (or fails to meet) the criteria contained in the Investment Memorandum attached to the Statement of Work. It is likely that the time frame for evaluating potential applicants will be compressed, perhaps as little as 30-45 days from submission of the applications. The contractor must be able to assign qualified staff sufficient to meet this deadline. Key Personnel The ability of the contractor to perform under this proposal is directly related to the skills and quality of the personnel assigned to the project. Failure of the assigned personnel to have directly analogous experience will be a disqualifying characteristic. The contractor must supply resumes of the individuals performing the analysis required under this contract. The resumes must detail the specific type and amount of work experience held by the key individuals who will be involved in this project and how such experience relates to the duties required under this contract. The proposed individuals must have the specific experience and must provide the actual analysis; they cannot function in solely an oversight role. The expectation is that the primary individual(s) responsible for the analysis will have a minimum of five years of directly analogous experience although supporting professional individuals may have less. Nonetheless, all individuals performing the analysis contemplated by this contract must have directly analogous experience. Organizational Experience/Ability to Perform The contractor must demonstrate that it has the infrastructure to satisfactorily perform and support the analysis contemplated by this contract. This will include the ability to supply the administrative services necessary to support the contract and that performance under this contract will not be compromised by its existing business. Past Performance Evaluation of this factor will be based upon references provided by the contractor. These references will be contacted. The Government may also consider other information available, including personal knowledge. The dates of the prior performance and the relevance of the work performed will be considered. Performance information will be used to assure best value to the Government. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. Performance by the offeror and its subcontractor(s) as it relates to project requirements, including the quality of services and products, effectiveness of cost management/control, timeliness of performance, and customer satisfaction will be evaluated. References other than those identified by the offeror may be contacted by the Government with the information received and used in the evaluation of the offeror's past performance. Price The contractor will be selected upon a determination by the Agency that it is the best qualified to perform the analysis contemplated under the contract and that also meets the pricing constraints of the Agency. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. QUOTATION SUBMISSION Please contact, Contracting Officer Melissa Capitani at 303-844-7008 with any questions. All offers must be received by 1:00 pm Mountain Standard Time on March 15, 2012 at: US Small Business Administration, 721 19th Street, Suite 304, Attn: Melissa Capitani, Denver, CO 80202. CLAUSES/PROVISIONS Full text of clauses and provisions are available at http:www.acquisition.gov The provisions at FAR 52.212-1, Instructions to Offers- Commercial; FAR 52.212-3, Offeror Representations and Certifications-Commercial, Offer Representations and Certifications - Commercial Items, (NOTE - offers MUST submit completed copy with their offer); FAR 52.212-4, Contract Terms and Conditions, Commercial Items all apply to this acquisition; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52-212.4 and 52.212-5 are attached. The following additional provision is incorporated into this combined synopsis/solicitation: 52.209-7 Information Regarding Responsibility Matters INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). (End of provision) Additional clauses in regard to option years are included below: 52.217-8 Option to Extend Services. OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days. (End of clause) 52.217-9 Option to Extend the Term of the Contract. OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) Recap of Attachments: Pricing Sheet (2 pages) Statement of Work and attachments (16 pages) FAR 52.212-4 and 42.212-5 Clauses (10 pages) Non-Disclosure Statement (2 pages) Past Performance Questionaire (6 pages)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/2504010Q1002/listing.html)
- Place of Performance
- Address: US Small Business Administration, Office of Investments, 409 3rd Street SW, Suite 6300, Washington, District of Columbia, 20416, United States
- Zip Code: 20416
- Zip Code: 20416
- Record
- SN02685432-W 20120302/120229234450-dd7107d9933e3b9bbeee2c2f2a1af5c2 (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 |