Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2013 FBO #4410
SOURCES SOUGHT

99 -- ELECTROMAGNETIC MATERIALS AND INNOVATION PROGRAM

Notice Date
12/19/2013
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N00178-14-Q-3004
 
Archive Date
12/31/2014
 
Point of Contact
Samara L. Hasberry, Phone: 5406537808
 
E-Mail Address
Samara.Hasberry@navy.mil
(Samara.Hasberry@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Broad Agency Announcement (BAA) Number N00178-14-Q-3004 NSWCDD Q Department, Sensor Division, Sensor and Technology Branch, Code Q31 The following information presents the basic organization of this document as well as the location of significant information: TABLE OF CONTENTS I. General Information A. Agency Name B. Research Opportunity Title C. Program Name D. Research Opportunity Number E. Response Date F. Research Opportunity Description G. Points of Contact H. Instrument Type(s) I. Catalog of Federal Domestic Assistance (CFDA) Numbers J. Catalog of Federal Domestic Assistance Titles K. Other Information II. Award Information A. Amount and Period of Performance B. Production and Testing of Prototypes III. Eligibility Information IV. Application and Submission Information A. White Papers 1. White Paper Format 2. White Paper Content B. Full Proposals: Instructions for Contracts, Cooperative Agreements and Other Transaction Agreements (Does not include Grants) 1. Proposal Format 2. Volume 1: Technical Report 3. Volume 2: Cost Proposal C. Significant Dates and Times D. Submission of Late Proposals V. Evaluation Information A. Evaluation Criteria B. Commitment to Small Business - (For Contract Awards Only) C. Options D. Evaluation Panel VI. Award Administration Information INTRODUCTION This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2), and 35.016. A formal Request for Proposals (RFP), solicitation, and/or additional information regarding this announcement will not be issued. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) will not issue paper copies of this announcement. The NSWCDD reserves the right to fund all, some or none of the proposals received under this BAA. NSWCDD provides no funding for direct reimbursement of proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NSWCDD to treat all proposals as sensitive competitive information and to disclose their contents only for the purposes of evaluation. I. General Information A. Agency Name Naval Surface Warfare Center Dahlgren Address: 17632 Dahlgren Road, Suite 106, Dahlgren, VA 22448 B. Research Opportunity Title Broad Agency Announcement (BAA) for Naval Surface Warfare Sensor and Sensor Technology C. Program Name Electromagnetic Materials and Innovation Program D. Research Opportunity Number N00178-14-Q-3004 E. Response Date White Papers: Initial white paper submission should be no later than 4/1/2014. F. Research Opportunity Description The Electromagnetic Materials Group, Code Q31, of the Naval Surface Warfare Center Dahlgren (NSWCDD) is seeking white papers for innovative technologies in the areas of photo-capacitive properties of materials, nanotechnology, meta-materials, and novel vacuum electronic concepts for large fractional bandwidth, high electronic efficiency devices. Of specific interest: (1) Advanced photo-capacitive materials with low loss and/ or high power capacity, (2) Advanced nano-structured materials (CNTs, BNTs, etc.). The novel integration of such into electromagnetic materials with enhanced properties over current state-of-the-art is sought. Examples include nano-thermionic and/or field-effect cathodes, nano-sensors, and the like, (3) Optical films and layers for isotropic and anisotropic optical stimulation of unit-cell structures, and large arrays of cell structures, (4) Analytical and computational based models describing the physics of the material behaviors of the above described areas, (5) Supporting engineering technology/processes to advance the above areas (machining, milling, etc.) which must be developed to achieve mass production of a given material, etc., (6) Advanced cathode emitter technology (field effect, combined field-effect/thermionic, etc.). Novel ideas for production of large peak and large average current densities are highly encouraged, (7) Novel RF/mm-wave amplifiers or cross-field devices utilizing advanced techniques/ materials for bandwidth and DC/RF efficiency improvements over state-of-the-art. G. Point(s) of Contact Questions should be submitted to: Samara Hasberry, NSWC, Code CS40, 17632 Dahlgren Road, Suite 106, Dahlgren, VA 22448 Email address: samara.hasberry@navy.mil Questions regarding this BAA must be submitted in writing to the Contract Specialist listed above no later than two weeks prior to the due date of the white paper submissions. Questions received after the two weeks prior to the due date of the white paper submission may not be answered, and the due date of whitepapers/full submissions will not be extended. H. Instrument Types Awards will take the form of Contracts. NSWCDD reserves the right to award a different instrument type if deemed to be in the best interest of the government. Any contract awards resulting from this BAA will incorporate the most current FAR, DFARs, NMCARS, NAVSEA, and NSWCDD clauses. I. Catalog of Federal Domestic Assistance (CFDA) Numbers 12.300 J. Catalog of Federal Domestic Assistance (CFDA) Titles Department of Defense (DoD) Basic and Applied Scientific Research K. Other Information Work funded under this BAA will include basic scientific research, applied research and some advanced technology development (innovation and processes to achieve mass production). With regard to any restrictions on the conduct or outcome of work funded under this BAA, NSWCDD will follow the guidance on and definition of "contracted fundamental research" as provided in the Under Secretary of Defense (Acquisition, Technology and Logistics) Memorandum of 24 May 2010. As defined therein the definition of "contracted fundamental research", in a DoD contractual context, includes [research performed under] grants and contracts that are (a) funded by Research, Development, Test, and Evaluation Budget Activity 1 (Basic Research), whether performed by universities or industry or (b) funded by Budget Activity 2 (Applied Research) and performed on campus at a university. The research shall not be considered fundamental in those rare and exceptional circumstances where the applied research effort presents a high likelihood of disclosing performance characteristics of military systems or manufacturing technologies that are unique and critical to defense, and where agreement on restrictions have been recorded in the contract or grant. Pursuant to DoD policy, research performed under grants and contracts that are (a) funded by Budget Category 6.2 (Applied Research) and NOT performed on-campus at a university or (b) funded by Budget Category 6.3 (Advanced Research) does not meet the definition of "contracted fundamental research." In conformance with the USD (AT&L) guidance and National cla Decision Direction 189, NSWCDD will place no restriction on the conduct or reporting of unclassified "contracted fundamental research," except as otherwise required by statute, regulation or Executive Order. For certain research projects, it may be possible that although the research being performed by the prime contractor is restricted research, a subcontractor may be conducting "contracted fundamental research." In those cases, it is the prime contractor's responsibility in the white paper to identify and describe the subcontracted unclassified research and include a statement confirming that the work has been scoped, negotiated, and determined to be fundamental research according to the prime contractor and research performer. Normally, fundamental research is awarded under grants with universities and under contracts with industry. Non-fundamental research is normally awarded under contracts and may require restrictions during the conduct of the research and DoD pre-publication review of research results due to subject matter sensitivity. FAR Part 35 restricts the use of Broad Agency Announcements (BAAs), such as this, to the acquisition of basic and applied research and that portion of advanced technology development not related to the development of a specific system or hardware procurement. Contracts made under BAAs are for scientific study and experimentation directed towards advancing the state of the art and increasing knowledge or understanding. As regards to this BAA, the Research and Development efforts to be funded will consist of Applied Research. The funds available to support awards are Budget Activity 2. THIS ANNOUNCEMENT IS NOT FOR THE ACQUISITION OF TECHNICAL, ENGINEERING AND OTHER TYPES OF SUPPORT SERVICES. II. Award Information A. Amount and Period of Performance NSWCDD plans to award contracts that represent the best value to the Government in accordance with the Research Opportunity Description and evaluation criteria. It is the Governments intent to award one or more contracts with a cumulative value of $1M. The period of performance may be up to twenty-four (24) months. It is the offeror's responsibility to determine the performance period for their proposed research effort. Prospective awardees shall be registered and active in the System for Award Management (SAM) online. https://www.sam.gov/portal/public/SAM/ B. Production and Testing of Prototypes In the case of funded white papers that result in production and testing of prototypes, NSWC Dahlgren may, during the contract period add a contract line item or contract option for the provision of advanced component development or for the delivery of additional prototype units. III. Eligibility Information All responsible sources from academia and industry may submit white papers under this BAA. Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to submit white papers and join others in submitting white papers. However, no portion of this BAA will be set aside for HBCU and MI participation. Federally Funded Research & Development Centers (FFRDCs), including Department of Energy National Laboratories, are not eligible to receive awards under this BAA. However, teaming arrangements between FFRDCs and eligible principal bidders are allowed so long as they are permitted under the sponsoring agreement between the Government and the specific FFRDC. Navy laboratories and warfare centers as well as other Department of Defense and civilian agency laboratories are also not eligible to receive awards under this BAA and should not directly submit either white papers or full proposals in response to this BAA. University Affiliated Research Centers (UARC) are eligible to submit proposals under this BAA unless precluded from doing so by their Department of Defense UARC contracts. Teams are also encouraged and may submit white papers in any and all areas. However, offeror's must be willing to cooperate and exchange software, data and other information in an integrated program with other contractors, as well as with system integrators, selected by NSWCDD. Some topics cover export controlled technologies. Research in these areas is limited to "U.S. persons" as defined in the International Traffic in Arms Regulations (ITAR) - 22 CFR § 1201.1 et seq. IV. Application and Submission Information A. White Papers: The initial due date for white papers is no later than 2:00 PM NSWCDD, Dahlgren, VA local time on 1 April 2014. White papers received after the initial due date may not be considered for funding in FY 2014. White papers are required prior to submitting full proposals. Each white paper should state that it is submitted in response to this BAA. Navy evaluations of the white papers will be issued via email notification on or about 15 business days from receipt of whitepaper. Any offeror whose white paper was not identified as being of "particular value" to the Navy is ineligible to submit a full proposal under the BAA. Full proposals will be solicited from offeror's directly by the contracts office, NSWCDD Dahlgren. 1. White Paper Format • Paper Size - 8.5 x 11 inch paper • Margins - 1 inch • Spacing -single-spaced • Font - Times New Roman, 12 point • Length - Should not exceed 8 pages White papers should be submitted as a MS Word File or in PDF format, either as an email attachment to samara.hasberry@navy.mil or to the attention of Samara Hasberry, Code CS40, Naval Surface Warfare Center Dahlgren Division, 17632 Dahlgren Road, Suite 106, Dahlgren, VA 22448-5110. The subject line of the email shall read "NSWCDD BAA N00178-14-Q-3004, White Paper Submission." 2. White Paper Content. White papers under this BAA are expected to be unclassified. Alternatives to the format and content identified below may be appropriate depending on the scope and nature of the proposed effort. • Cover Page: The Cover Page shall be labeled "WHITE PAPER" and shall include the BAA number (N00178-14-Q-3004), proposed title, Offeror's administrative and technical points of contact, with telephone numbers, facsimile numbers, and Internet addresses, and shall be signed by an authorized officer. • State-of-the-art: A brief description of the current state-of-the-art in academia/industry/labs with brief introduction how the new technical concept is advancing such in the specific focus area. • Technical Concept: A description of the technology innovation and technical risk areas. A description of the technology innovation, technical risk areas, and recent technical breakthroughs that will reduce risk. This section should also provide the relevance to BAA research opportunity description. • Project Summary: (two to four pages) - Identify the focus of the proposed work. Provide an overview of the project and expected benefits. Summarize work done to date by your organization and what further work is necessary. Provide a summary schedule for the work. Offeror's should indicate how much company funded research has been invested to date and whether the resulting software components will be delivered with unrestricted intellectual property rights. • Business Section: (one page) - Provide an overview of offeror's capabilities, background, size, location, business focus, and similar project work. Provide an initial estimate of the project total cost by year segregated by phases. • Personnel: (one page) - Provide a summary paragraph on the lead researchers expected to work on the project. Include an indication as a percentage number for each individual showing how much time each would be spending on the project based on a 40 hour work week. • Rough Order of Magnitude (ROM): Cost information is needed, although not at the level of detail as required with the full proposal. White paper submissions shall include a cost summary showing requested funding per year. The cost summary (not to exceed one (1) page) shall be segregated by both task and year (over the period of performance (i.e., 1, or 2 years). For Basic Research (Budget Activity 1 (6.1)) • Future Naval Relevance (where applicable): A description of potential Naval relevance and contributions of the effort to the agency's specific mission. For Applied Research and Advanced Technology Development (Budget Activity 2(6.2)) • Operational Naval Concept (where applicable): A description of the project objectives, the concept of operation for the new capabilities to be delivered, and the expected operational performance improvements. • Operational Utility Assessment Plan (where applicable): A plan for demonstrating and evaluating the operational effectiveness of the Offeror's proposed products or processes in field experiments and/or tests in a simulated environment. B. Full Proposals INSTRUCTIONS FOR OFFEROR'S 1. PROPOSAL FORMAT The format requirements for any attachments to the Technical and Cost Proposal Template are as follows: • Paper Size- 8.5 x 11 inch paper • Margins - 1 inch • Spacing- single or double spaced • Font- Times New Roman, 12 point • Length - not to exceed 25 pages per area of interest 2. VOLUME 1: TECHNICAL PROPOSAL Cover Page: This should include the words "Technical Proposal" and the following: (a) BAA number (N00178-14-Q-3004) (b) Title of Proposal (c) Identity of prime Offeror and complete list of sub awards, if applicable (d) Technical contact (name, address, phone/fax, electronic mail address) (e) Administrative/business contact (name, address, phone/fax, electronic mail address); (f) Proposed period of performance (identify both the base period and any options, if included); and (g) Signature of Authorized Representative. Table of Contents: This should address the contents of the proposal, generally by section. Not included in the page count. Statement of Work: A Statement of Work (SOW) clearly detailing the scope and objectives of the effort and the technical approach. It is anticipated that the proposed SOW will be incorporated as an attachment to the resultant award instrument. To this end, such proposals must include a severable stand alone SOW without any proprietary restrictions which can be attached to the contract. When options are contemplated, the SOW must clearly identify separate optional tasks. Include a detailed listing of the technical tasks/subtasks organized by base and option period(s). Deliverables: A detailed description of the results and products to be delivered inclusive of the timeframe in which it will be delivered. The following are sample reports that are typically required under a research effort: -Technical and Financial Progress Reports -Presentation Materials -Final Report Project Schedule and Milestones: A summary of the schedule of events and milestones. Assertion of Data Rights and/or Rights in Computer Software: For a contract award an Offeror must provide with its white papers any assertions to restrict use, release or disclosure of data and/or computer software that will be provided in the course of contract performance. The rules governing these assertions are prescribed in Defense Acquisition Regulation Supplement (DFARS) clauses 252.227-7013, -7014, -7015, -7017, and -7028. These clauses may be accessed at the following web address: http://farsite.hill.af.mil/VFDFARA.HTM. Failure to assert restrictions in accordance with these clauses and as prescribed in DFARS Part 227 shall mean that the Government shall have Unlimited Rights in all Technical Data and Computer Software included in the Offeror's proposal. Qualifications: A discussion of the qualifications of the proposed Principal Investigator and any other key personnel. Include resumes for the Principal Investigator and other key personnel and full curricula vitae for Principal Investigators and consultants. The resumes and curricula vitae shall be attached to the proposal and will not count toward the page limitations. Past Performance: The Offeror's past performance will consist of a description of the Offeror's Government contracts (both prime and major subcontracts - those involving twenty-five (25) % or more of the effort) received during the past three (3) years, which are similar to the effort being proposed. The Offeror may describe any quality awards or certificates that indicate the Offeror possesses a high quality process for providing desired research and development outcomes. Current Project and Proposal Submissions: Offerors are required to provide information on all current projects and proposals, including subsequent funding in the case of continuing contracts, grants, and other assistance agreements. Offerors shall provide the following information of any related proposal submissions from whatever sources (e.g., ONR, Federal, State, local or foreign government agencies, public or private foundations, industrial or other commercial organizations). The information must be provided for all proposals already submitted or submitted concurrently to other possible sponsors, including NSWCDD. Concurrent submission of a proposal to other organizations will not prejudice its review by NSWCDD: 1) Title of Proposal and Summary; 2) Source and amount of funding (annual direct costs; provide contract and/or grant numbers for current contracts/grants); 3) Percentage effort devoted to each project; 4) Identity of prime Offeror and complete list of sub awards, if applicable; 5) Technical contact (name, address, phone/fax, electronic mail address) 6) Administrative/business contact (name, address, phone/fax, electronic mail address); 7) Duration of effort (differentiate basic effort); 8) The proposed project and all other projects or activities requiring a portion of time of the Principal Investigator (PI) and other senior personnel must be included, even if they receive no salary support from the project(s); 9) The total award amount for the entire award period covered (including indirect costs) must be shown as well as the number of person-months or labor hours per year to be devoted to the project, regardless of source of support; and 10) State how projects are related to the proposed effort and indicate degree of overlap. 3. VOLUME 2: COST PROPOSAL Offerors Shall:  Provide these instructions to all lower tier offerors (subcontractors). Proprietary data from lower tier Offerors may be submitted directly to the Government in accordance with instructions contained below.  Submit the proposal, organized as discussed below. The cost proposal is not restricted in length and shall provide cost information for all performance periods.  The Government will provide a spreadsheet for completion to Offerors invited to submit Full Proposals. First Page: Provide the following information as the first page of the budget for the entire period of performance, including any options.  Name, title, telephone and fax numbers and email address of Offeror's business and technical points of contact  Amount budgeted/proposed for basic effort and each option (Government and Offeror Share if applicable)  Name, address and telephone number of the cognizant contract administration (DCMA) and Defense Contract Audit Agency (DCAA) offices, if known  Name, title, and signature of authorized representative  Date offer is submitted  Broad Agency Announcement Number under which proposal is submitted Total Cost Summary: This section should include all of the proposed costs of the project, including Government or Offeror cost sharing if applicable. Identify when the Offeror's fiscal year begins and ends. Submit a cost element summary by major cost element for the basic period of performance and each option proposed using the format to be later provided by the Government. The detail required for each of the major cost elements is described below. Address all elements of cost applicable to the proposed effort and provide a narrative to support these costs. Direct Labor: Show each individual labor category or person proposed on a separate row. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the base period and explain the methodology used to project each rate for subsequent years. Note: if temporary or part-time labor is proposed, explain the differences between the rates of pay for fulltime and temporary or part-time workers and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on the direct rates proposed. For new or unfilled positions, a historical average, signed offer sheet, or description of the labor category sufficient to allow comparison to salary surveys should be provided. Indirect Cost Rates and/or Factors: Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, COM, etc.) and the applicable allocation bases (Show base amount and rate). If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g. Forward Pricing Rate Agreement and date of agreement, bidding rates and the date of submission or actual rates used and the effective date, billing rates and the date of approval, etc.) Also, provide historical actuals for the past three (3) years. Subcontractors and Interorganizational Transfers (IOTs): Obtain cost proposals from each subcontractor and IOT using the same cost breakout required to be later provided by the Government. Perform and provide evaluation results of cost/price analysis of subcontract and IOT proposals. Prime contractors are required to obtain competition to the maximum extent practicable when selecting subcontractors or IOTs. If the prime intends to award the subcontract/IOT effort on a sole-source basis, the prime should provide rationale for its decision. The subcontractors/IOTs can submit this Cost Summary information in a sealed envelope with the prime contractor's proposal or directly to the Government. If the subcontractor is not yet determined, the proposal must include a list of the tasks to be performed, an explanation of the method used to estimate the subcontract price, and the reason proposals/quotes cannot be requested/provided at this time. Consultants: Provide a list of anticipated consultants. Substantiate the need for and cost of proposed consultant services. The prime contractor should provide a breakdown of the consultant's hours, the hourly rate proposed, any proposed consultant costs, a copy of the signed Consulting Agreement or other documentation supporting the proposed consultant cost, and a copy of the consultant's proposed statement of work if it is not already separately identified in the prime contractor's proposal. Travel, Materials, Equipment & Supplies, and Other Direct Costs (ODCs): Separately identify costs for travel, material, equipment, supplies and other direct costs required to perform the basic effort and each option. Travel - The proposed travel cost should include the following for each trip: the purpose of the trip, origin and destination if known, approximate duration, the number of travelers, and the estimated cost per trip. All trip cost shall proposed by individual trip components; i.e. airline cost, mileage cost (if any), rental car, parking, etc. The total cost must be justified based on the organizations historical average cost per trip or other reasonable basis for estimation. Such estimates and the resultant costs claimed must conform to the applicable Federal cost principals. Offerors may include travel costs for the Principal Investigator to attend the peer reviews described in Section II Table of Contents of this BAA. Materials, Equipment & Supplies - Provide an itemized list of all proposed materials, equipment, and supplies for the base and each option including quantities, unit prices, proposed vendors (if known), and the basis of estimate (e.g. quotes, prior purchases, catalog price lists, etc.) Other Direct Costs - Provide an itemized list of all other proposed other direct costs such as Graduate Assistant tuition, laboratory fees, report and publication costs, and the basis for the estimate (e.g., quotes, prior purchases, catalog price lists). Cost of Money (COM): Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. Submit a DD Form 1861 for each year. Profit/Fee (if applicable): This section specifies the profit or fee percentage proposed and the base to which the rate applies. Any unusual contract performance risk factors should be identified. Profit or fee is not allowed on direct costs for facilities, or in cost-sharing contracts. C. Significant Dates and Times White Paper Due Date: Not later than 01 April 2014 by 2:00 PM Eastern Daylight Time Full Proposal Due Date: 30 days from Request For Proposal (RFP) or as stated in the RFP. D. Submission of Late Proposals N/A V. Evaluation Information Awards under this BAA will be made to proposers on the basis of the evaluation criteria listed below, and program balance to provide overall value to the Government. The Government reserves the right to request any additional, necessary documentation once it makes the award instrument determination. The Government reserves the right to remove proposers from award consideration should the parties fail to reach agreement on award terms, conditions, and cost/price within a reasonable time, or the proposer fails to timely provide requested additional information. Evaluations will be conducted using the following evaluation criteria. Criteria 1 - 4 are significantly more important than Criterion 5, and Criteria 1 through 4 are of equal importance. A. Evaluation Criteria - 1. Overall scientific and technical merits of the proposal; 2. The qualifications, capabilities, and experience of the proposed Principal Investigator (PI), team leader and key personnel who are critical in achieving the proposal objectives; 3. The offeror's capabilities, related experience, facilities, techniques or unique combinations of these which are integral factors for achieving the proposal objectives; 4. Potential Naval relevance and contributions of the effort to the agency's specific mission and 5. The realism of the proposed costs and availability of funds. The primary basis for selecting proposals for acceptance shall be technical, importance to agency programs, and fund availability. Cost realism and reasonableness shall also be considered to the extent appropriate. Industry-Academia Partnering - NSWCDD highly encourages partnering among industry and academia with a view toward speeding the incorporation of new science and technology into fielded systems. B. Commitment to Small Business. NSWCDD is strongly committed to providing meaningful subcontracting opportunities for small businesses, small disadvantaged businesses (SDBs), woman-owned small businesses (WOSBs), historically underutilized business zone (HUBZone) small businesses, veteran-owned small business (VOSBs), service disabled veteran-owned small businesses (SDVOSBs), historically black colleges and universities, and minority institutions, and other concerns subject to socioeconomic considerations through its awards. Subcontracting Plan - For proposed awards to be made as contracts that exceed $650,000, large businesses and non-profits (including educational institutions) shall provide a Subcontracting Plan that contains all elements required by FAR 52.219-9, as supplemented by DFARS 252.219-7003. Small businesses are exempt from this requirement. The Subcontracting Plan should be submitted as an attachment to the "Technical Proposal Template" and will not be included in the page count. If a company has a Master Subcontracting Plan, as described in FAR 19.701 or a Comprehensive Subcontracting Plan, as described in DFARS 219.702, a copy of the plan shall also be submitted as an attachment to the "Technical Proposal Template." Plans will be reviewed for adequacy, ensuring that the required information, goals, and assurances are included. Zero Percent (0%) for goals, or Zero Dollars ($0), or Not Applicable (N/A), is unacceptable. If a subcontracting plan is not submitted with the proposal package or the negotiation of an acceptable subcontracting plan is required, there could be a delay in the issuance of an award. In addition, in accordance with FAR 52.219-9, failure to submit and negotiate a subcontracting plan may make an offeror ineligible for contract award. Offerors shall propose a plan that ensures small businesses (inclusive of SDBs, WOSBs, HUBZone, VOSBs and SDVOSBs, etc.) will have the maximum practicable opportunity to participate in contract performance consistent with its efficient performance. As a baseline, offerors shall to the best extent possible propose realistic goals to ensure small business participation in accordance with the current fiscal year subcontracting goals found on the Department of Defense Office of Small Business Program website at: http://www.acq.osd.mil/osbp/. If proposed goals are below the statutory requirements, then the offeror should provide a viable written explanation as to why small businesses are unable to be utilized and what attempts have been taken to ensure that small business were given the opportunity to participate in the effort to the maximum extent practicable. All offerors who become subsequent awardees will submit the Individual Subcontract Report (ISR) (formerly SF294), and the Summary Subcontract Report (SSR) (formerly the SF295) using the Electronic Subcontracting Reporting System (eSRS) at: http://www.esrs.gov, following the instructions in the eSRS. In addition subsequent awardees shall adhere to the following; The ISR shall be submitted semi-annually during contract performance for the periods ending March 31 and September 30. A report is also required for each contract within 30 days of contract completion. Reports are due 30 days after the close of each reporting period, unless otherwise directed by the contracting officer. Reports are required when due, regardless of whether there has been any subcontracting activity since the inception of the contract or the previous reporting period. The SSR shall be submitted as follows: The report shall be submitted semi-annually for the six months ending March 31 and the twelve months ending September 30. When selecting the appropriate department/agency under "agency to which this report is submitted", choose from the second drop-down menu, which includes Department of the Navy (1700) (Note: do not select from below the departments/agencies (component) listed beyond the second drop-down menu). Include the following email addresses: OSBP.info@navy.mil which will provide notification to the Navy SSR Program Coordinator regarding the submission of the SSR. Ensure that its subcontractors with subcontracting plans agree to submit the ISR and/or the SSR using the eSRS; Provide its prime contract number, its DUNS number, and the e-mail address of the offeror's official responsible for acknowledging receipt of or rejecting the ISRs to all first-tier subcontractors with subcontracting plans so they can enter this information into the eSRS when submitting their ISRs; and Require that each subcontractor with a subcontracting plan provide the prime contract number, its own DUNS number, and the e-mail address of the subcontractor's official responsible for acknowledging receipt of or rejecting the ISRs, to its subcontractors with subcontracting plans. Small Business Participation Statement - If subcontracting opportunities exist, all prime offerors shall submit a Small Business Participation Statement regardless of size in accordance with DFARS 215.304 when receiving a contract for more than the simplified acquisition threshold (i.e., $150,000). All offerors shall provide a statement of the extent of the offeror's commitment in providing meaningful subcontracting opportunities for small businesses and other concerns subject to socioeconomic considerations through its awards and must agree that small businesses, VOSBs, SDVOSBs, HUB Zones, SDBs, and WOSBs concerns will have to the maximum practicable opportunity to participate in contract performance consistent with its efficient performance. This assertion will be reviewed to ensure that it supports this policy by providing meaningful subcontracting opportunities. The statement should be submitted as a part of the proposal package and will not be included in the page count. Subcontracting Resources - Subcontracting to a prime contractor can be a good way to participate in the contracting process. Large businesses with prime contracts exceeding $650,000 (except for construction, which is $1.5 million) must provide a plan with subcontracting opportunities for all categories of small business. In accordance with FAR Subpart 5.206, entities may transmit a notice to a Government Point of Entry (GPE) to seek competition for subcontracts, to increase participation by qualified HUBZone small business, small, small disadvantaged, women-owned small business, veteran-owned small business and service-disabled veteran-owned small business concerns is encouraged, and to meet established subcontracting plan goal as follows: (1) A contractor awarded a contract exceeding $150,000 that is likely to result in the award of any subcontracts; (2) A subcontractor or supplier, at any tier, under a contract exceeding $150,000 that has a subcontracting opportunity exceeding $15,000. The notices must describe- (1) The business opportunity; (2) Any prequalification requirements; and (3) Where to obtain technical data needed to respond to the requirement. An example of a GPE is the Small Business Administration's (SBA) SUB-Net database, which is a listing of subcontracting solicitations and opportunities posted by large prime contractors and other non-federal agencies. SUB-Net is a place where prime contractors may post solicitations or sources sought notices for small business. To advertise or to locate potential subcontracting opportunities, go to SUB-Net' at http://web.sba.gov/subnet/search/index.cfm, where you will be able to post or review the site to identify subcontracting opportunities that are in your area of expertise. It's easy to search by all solicitations or simply by entering in the NAICS Code of the industry you are interested in searching for a subcontract. In addition, the following is a list of potential Subcontracting Resources that may assist in locating potential subcontracting partners/opportunities: *Companies Participating in DoD Subcontracting Program Report - www.acq.osd.mil/osbp/docs/primes2010.csv *DAU Small Business Community of Practice (SB COP) - https://acc.dau.mil/smallbusiness *DefenseLink ≥ $5M award notices - www.defenselink.mil/contracts *Dynamic Small Business Search (DSBS) - http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm *Electronic Subcontracting Reporting System (eSRS) - www.esrs.gov *FEDBIZOPPS - www.fbo.gov *Procurement Technical Assistance Centers (PTAC) - http://www.dla.mil/SmallBusiness/Pages/ProcurementTechnicalAssistanceCenters.aspx *SBA Subcontracting Opportunities Directory - www.sba.gov/aboutsba/sbaprograms/gc/contacts/index.html *SBA Subnet - A place where Prime Contractors post "solicitation" or "notice of sources sought" (NSS) for small business - http://web.sba.gov/subnet/search/index.cfm?CFID=24832446&CFTOKEN=e306d5c1e81faf81-657E0799-C277-05F7-9C7FDBE0EDA36451&jsessionid=30305c76a72a19b44e0a33275668261f1239 *Subcontracting Opportunities with DoD Major Prime Contractors - www.acq.osd.mil/osbp/sb/dod.shtml *Tips for DoD contractors Submitting Subcontracting Reports - www.acq.osd.mil/osbp/docs/tips_for_contractors_subcontracting.pdf C. Options. The Government will evaluate options for award purposes by adding the total cost for all options to the total cost for the basic requirement. Evaluation of options will not obligate the Government to exercise the options during contract performance. VI. Award Administration Information Administrative Requirements - • North American Industry Classification System (NAICS) code - The NAICS code for this announcement is "541690" Other Scientific and Technical Consulting Services, with a small business size standard of "$14.0 Million Dollars". • System for Award Management (SAM): All Offerors submitting proposals or applications must: 1) be registered in the SAM prior to submission; 2) maintain an active SAM registration with current information at all times during which it has an active Federal award or an application under consideration by any agency; and 3) provide its DUNS number in each application or proposal it submits to the agency. The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. SAM may be accessed at https://www.sam.gov/portal/public/SAM/ NOTE TO FORMER CCR REGISTRANTS: If you had an active record in CCR, you have an active record in SAM. You do not need to do anything in SAM at this time, unless a change in your business circumstances requires a change in SAM in order for you to be paid or to receive an award. SAM will send notifications to the registered user via email 60, 30, and 15 days prior to expiration of the record. You can search for registered entities in SAM by typing the DUNS number or business name into the search box.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N00178-14-Q-3004/listing.html)
 
Record
SN03255596-W 20131221/131219235027-7ead0b67bb5072b3f65e3dd9eb72e96b (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.