Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOLICITATION NOTICE

R -- Basic Research Innovation and Collaboration

Notice Date
6/24/2022 10:13:10 AM
 
Notice Type
Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
FA9550 AFRL AFOSR ARLINGTON VA 22203-1768 USA
 
ZIP Code
22203-1768
 
Solicitation Number
FA9550-22-R-0001
 
Response Due
7/6/2022 8:59:00 AM
 
Archive Date
07/21/2022
 
Point of Contact
Leah Haugen, Mehwish Syed
 
E-Mail Address
Leah.Haugen.1@us.af.mil, Mehwish.Syed@us.af.mil
(Leah.Haugen.1@us.af.mil, Mehwish.Syed@us.af.mil)
 
Description
I.��PURPOSE/BACKGROUND:� This is a REQUEST FOR PROPOSAL (RFP): AFRL/AFOSR, is requesting a technical proposal to enter into a Partnership Intermediary Agreement with entities that facilitate joint projects and accelerate technology transfer between the lab and the commercial market under the authority of 15 USC 3715 � Use of Partnership Intermediaries. The anticipated period of performance for this agreement is 15 Sep 2022 � 14 Sep 2027. The purpose of the Partnership Intermediary is to perform the work on projects and collaboration across the many research topics and areas of interest that are associated with the Partnership Intermediary Agreement (PIA) on behalf of the Air Force Research Laboratory. �The partnership intermediaries increase the likelihood of success in the conduct of joint activities between AFRL, small business firms, and educational institutions. The intermediaries also help companies to identify federal technologies that can be licensed and commercialized; and work to develop and grow environments and capabilities for fostering innovation and collaboration necessary for addressing the basic and applied research challenges of the Air Force Office of Scientific Research (AFOSR) and the Air Force Research Laboratory (AFRL). The Partnership Intermediary Agreement will enable AFOSR to identify, investigate, and exploit research opportunities that will transform future Air Force and Department of Defense (DoD) capabilities. EVALUATION CRITERIA The proposal submission will be evaluated using the evaluation factors in the order they are listed: Technical Capability, Past Performance, and Cost. Technical Proposal The PIAs Program goals and technical approach are: 1. Establish and maintain innovative unclassified and classified environments that enable AFOSR members and other entities to effectively experience innovation and collaboration. The collaboration environments will facilitate diverse teams to be trained on innovation and collaboration tools, techniques, and processes. 2. Maintain awareness of the latest tools, techniques, and processes for innovation and collaboration, and provide this information to AFOSR and to provide analytical support to AFOSR/AFRL scientists and engineers (S&Es) to identify, investigate, and exploit research and T2 opportunities. 3. Capture and promote impact and outcomes of associated activities: collaborations, events, workshops, panels, reviews and events such as challenges and webinars to educate and promote Science and Technology activities from AFOSR and AFRL. 4. Develop a comprehensive plan for enhancing the technology transition potential of AFOSR�s basic research. 5. Increase the skills of the current workforce, assist in recruiting the future workforce, identify opportunities for partnering with industry, professional societies, non-governmental organizations, and state/local organizations on efforts to develop the future generations of scientists and engineers in DoD relevant fields. The PIAs Objectives and technical requirements are included as attachment: Statement of Objectives � Basic Research Innovation and Collaboration (SOO) 03 JUN 2022 Past Performance The Government will consider the performance quality of recent and relevant efforts (how well the contractor performed on the contracts). For each recent and relevant past performance effort reviewed, the performance quality of the work performed will be assessed for the Technical subfactors and Cost/Price Factor. The assessment consists of an evaluation of all past performance information available, regardless of its source. Cost Proposal 1. The government will evaluate price for reasonableness. 2. The offeror�s cost proposal will be evaluated, for award purposes, based upon 2 CFR 200 Subpart E � Cost Principles. 3. The offeror�s Price proposal will be evaluated, using the techniques defined in 2 CFR 200, in order to determine if it is fair and reasonable.� 4. The offeror�s price must be determined fair and reasonable to be eligible for award. The Cost Proposal must be submitted as a Microsoft Excel sheet with all cells and formulas viewable, to include the labor categories, labor hours, direct labor rates associated with proposed categories, as well as fringe benefits, other direct costs (i.e. travel, materials) overhead, and G&A rates and costs, and any other components with all dollar amounts rounded to the nearest dollar. The Government may use information provided by DCMA, DCAA, or other information source deemed appropriate by the Government. Proposed costs/rates shall be for performance of all requirements as described in all solicitation documents. All subcontractor cost/price shall be identified separately in the proposal and also identify the percentage of work each subcontractor will perform under the contract.� An analysis of subcontractor costs must be submitted with the proposal. II. CAPABILITY STATEMENT:� Capability Statements in response to this notice must include:� Describe briefly the capabilities of your�company�and the nature of the services you provide.�� Describe your company's�past experience�on previous projects similar in complexity to this requirement.��� III.� BUSINESS�INFORMATION:� Business Information in response to this notice must include the following:� Company/Institute Name:� Address:� Point of Contact:� CAGE Code:� Phone Number:� E-mail Address:� Web Page URL:� Size of business pursuant to North American Industry Classification System (NAICS) Code:��� Corporate Status Economic Development of Mission Based on the above NAICS Code, state whether your company is:�� Small Business (Yes / No)� Woman Owned Small Business (Yes / No)� Small Disadvantaged Business (Yes / No)� 8(a) Certified (Yes / No)� HUBZone Certified (Yes / No)� Veteran Owned Small Business (Yes / No)� Service Disabled�Veteran Small Business (Yes / No)� Is your company interested in possible subcontracting opportunities?� (Yes/No)� IIII. SAM REGISTRATION SAM Registration Required All applicants must: .���� Be registered in SAM.gov before submitting application;� .���� Provide a valid Unique Entity Identifier as issued by SAM.gov as part of the registration process, and provide a Commercial and Government Entity (CAGE) code as issued by the Defense Logistics Agency through the SAM.gov registration process; and .���� Continue to maintain an active SAM registration with current information at all times any Federal award is active, or when any application is under consideration by a Federal awarding agency. SAM Exemption or Exceptions Not Available Under This Announcement We will not issue an Agency level exemption to SAM registration under 2 CFR 25.110(d) for applicants under this announcement. You must comply with SAM registration requirements and include an Organizational Unique Entity Identifier in the application or we cannot make an award. �Questions about SAM Registrations and Updates You can get questions about SAM registration and entity updates answered by live chat at https://www.fsd.gov/gsafsd_sp and telephone at (866) 606-8220. Help topics for SAM.gov are available at: https://www.fsd.gov/gsafsd_sp?id=kb_category&kb_category=f56ee43edbfadc102c5f368f7c961906. Consequences of Non-Compliance with SAM Registration Requirements We cannot make an award to you unless you comply with SAM requirements. If you are non-compliant, we may determine you are not qualified to receive an award, and use that determination to make an award to someone else as authorized by 2 CFR 25.205(b). You cannot receive payments without an active SAM record and CAGE code. State and local government entities and their affiliates may qualify as Partnership Intermediaries. A Partnership Intermediary can be: (I) a state or local government agency; (2) a non-profit entity owned, operated, or funded in whole or in part by, or on behalf of, a state or local government; or (3) a non-profit entity chartered by a state or local government. 10 USC �2368(f)(2); 15 USC �3715(c). A non-profit entity seeking to qualify as a partnership intermediary therefore must show a nexus to a state or local government. This nexus may consist of legislative sponsorship and/or (partial) funding, a defined state or local role in its operations, even if limited, or some form of government action demonstrating the organization is authorized to work on behalf of a state or local government.�� Place of performance is anticipated to be within in Arlington, VA. Forward all responses to: Leah Haugen, leah.haugen.1@us.af.mil Mehwish Syed, mehwish.syed@us.af.mil Subject line: ""AFRL/AFOSR Partnership Intermediary Agreement (PIA) Proposal"".?�� Responses must be received no later than 11:59 p.m. EST on?06 Jul 2022.?� Responses shall not exceed 15 pages.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e53202be2d8a4e77a6895020174cee19/view)
 
Place of Performance
Address: Arlington, VA 22203, USA
Zip Code: 22203
Country: USA
 
Record
SN06368479-F 20220626/220624230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.