NAVSEA SBIR Program Phase II Proposal Instructions
|
|
|
- Charles Warner
- 9 years ago
- Views:
Transcription
1 NAVSEA SBIR Program Phase II Proposal Instructions Phase II Proposal Format I. Proposal Cover Sheet. Online data entry forms are accessible from the DoD SBIR/STTR Submission site at The abstract should include a brief description of the objectives and proposed approach. Anticipated benefits and commercial applications of the proposed effort should be summarized in the space provided. The data from this cover sheet may be accessed by the public and, therefore, must not contain proprietary or classified information. II. Technical Proposal. Submissions to NAVSEA must comply with all relevant instructions contained in the most recent DoD SBIR Program Solicitation, including those specific to the Navy and NAVSEA. Electronic submission of a SBIR Phase II proposal to the DoD SBIR/STTR Submission website is required and must include cover sheet, technical proposal, cost proposal and CCR. Technical proposals, including any proposed contract options, are limited to 25 pages (on standard 8-1/2 x 11 paper with one-inch margins and type no smaller than 10-point). The proposal cover sheet (pages 1 and 2), technical proposal (beginning with page 3) and resumes for key technical personnel provided as part of the technical proposal will count toward the page limitation. The cost proposal and any enclosures or attachments will not count against the page limitation. Limit resumes to one page per resume submitted. Create a single file that addresses the following items in the order given below. Include the firm name, topic number and proposal number in the header of each page. The header may be included in the one-inch margins. The technical proposal file must be in Portable Document Format (PDF) for evaluation purposes. The technical proposal cannot be uploaded to the DoD submission site until a cover sheet has been created and a proposal number assigned. The offeror must perform a virus check before uploading the technical proposal file. If a virus is detected, it may cause rejection of the proposal. The technical proposal should be a single file, including graphics and attachments and cost proposal (if the offeror chooses to not use the website s online cost proposal form). Do not lock or encrypt the uploaded file. A. Identification and Significance of Phase I Work. Begin this text on page three of the proposal. The proposal must summarize Phase I efforts and the actual and/or anticipated results. B. Phase II Technical Objectives. Enumerate the specific objectives of the Phase II work. The proposal must clearly distinguish between the objectives of the basic Phase II and those of the Phase II option. C. Phase II Work Plan. This section should comprise the major portion of the technical proposal and should propose an advancement over the Phase I results appropriate for Phase II. This section must include a proposed statement of work to delineate clearly and unambiguously what the offeror proposes to perform and deliver for the basic effort and any option(s). October
2 1. The proposed statement of work should describe, in chronological order, each task to be performed. Each task description should include: an explanation of the work to be performed, the expected product of the task (report, hardware, etc.), the roles (if any) of subcontractors and/or consultants, the use of materials, software, special equipment, special tooling, etc. in the performance of the task, the period of performance in days and the number of hours to be allocated to the task by the principal investigator and other principal personnel (by name), other personnel (by labor category) and subcontractors and/or consultants (by name). 2. A Phase II contract award typically provides $750,000, with a performance period of not more than 24 months. A Phase II option can provide up to an additional $250,000, with an additional six months of performance. 3. Bidders should anticipate opportunities for the government to augment the proposed level of effort or to initiate follow-on R&D for a specific transition (e.g., an aircraft, ship or missile application). To facilitate such an expansion or transition, bidders should consider proposing contract options. Any prerequisite for a concurrent and/or preceding task or option should be specified (e.g., Basic Task 2 and/or Options A & B must be completed before Option C and/or D is exercised a flowchart would be helpful). 4. Logical technical "milestone(s)" should be scheduled to allow the government to assess and monitor progress and to consider the exercise of any negotiated option(s). D. Related Work. This section should demonstrate the offeror's awareness of an innovative state-of-the-art approach and relevant concurrent efforts. This section of the proposal should describe significant activities, including any conducted by the principal investigator, the proposing firm, consultants, and others. Furthermore, the proposal should describe how these activities relate to the proposed effort, and discuss any planned coordination with outside sources. E. Relationship with Future Research or Research and Development. This section should describe the results and opportunities anticipated if the proposed approach is successful. Explain how the Phase II effort will provide a foundation for follow-on R&D. F. Potential Post Research or Research and Development Applications. This section should describe potential naval, defense, government and private sector applications of the anticipated results. G. Key Personnel. Identify key personnel who will be involved in the Phase II effort, including information on directly related education and experience. A concise technical resume of the principal investigator, including a list of relevant publications (if any), must be included (Please do not include Privacy Act information). Resumes should be limited to one page per resume submitted and October
3 will count toward the applicable page limitation. Identify any foreign citizens you expect to be involved on this project as a direct employee, subcontractor or consultant. For these individuals, please specify their country of origin, the type of visa or work permit under which they are performing and an explanation of their anticipated level of involvement on this project. The firm may be asked to provide additional information during negotiations in order to verify the foreign citizen s eligibility to participate on a SBIR or STTR contract. Supplemental information provided in response to this paragraph will be protected in accordance with Privacy Act (5 USC 552a), if applicable, and the Freedom of Information Act (5 USC 552(b)(6)). H. Facilities/Equipment. The proposal must describe availability of special instrumentation and physical facilities necessary to carry out the Phase II effort. Items of equipment to be leased or purchased as detailed and priced in the cost proposal for the base award and option(s) must be justified under this section. Also state whether the facilities where the proposed work will be performed meet federal, state (name) and local government environmental laws and regulations for, but not limited to, the following groupings: airborne emissions, waterborne effluents, external radiation levels, outdoor noise, solid and bulk waste disposal practices, and handling and storage of toxic and hazardous materials. I. Subcontractors/Consultants. Involvement of a university, consultant or other subcontractor(s) may be appropriate. Describe here any proposed use of consultants and/or subcontractors priced in the cost proposal. Clearly identify the nature of work and level(s) of effort to be performed by consultants and/or subcontractors for the basic effort and/or option(s). Describe their qualifications and provide resumes for key consultants and/or subcontractor personnel, as required. J. Prior, Current or Pending Support of Similar Proposals or Awards. Warning While it is permissible, with proposal notification, to submit identical proposals or proposals containing a significant amount of essentially equivalent work for consideration under numerous federal program solicitations (see DoD SBIR Program Solicitation Section 2.8), it is unlawful to enter into contracts or grants requiring essentially equivalent effort. If there is any question concerning equivalence, it must be disclosed to the soliciting agency or agencies before award. If a proposal submitted in response to this solicitation is substantially the same as another proposal that has been funded, is now being funded or is pending with another federal agency or DoD contracting activity or the same DoD contracting activity, the proposer must so indicate on the proposal cover sheet and provide the following information: 1. Name and address of the federal agency(s) or DoD contracting activity to which the proposal was submitted, or will be submitted, or from which an award is expected or has been solicited; 2. Date of award or date of proposal submission; 3. Title of proposal; October
4 4. Name and title of principal investigator; 5. Issuing agency, title, number and date of solicitation(s) under which the proposal was submitted; 6. If an award was received, state the contract or grant number; 7. Identify the topic number and title for each SBIR proposal submitted and award received; and 8. Attach available documentation of strong third-party interest (including specific funding commitments). These attachments will be treated as proprietary if so marked. Note: If DoD SBIR Program Solicitation Section 3.5(b)(10) does not apply, state in the proposal No prior, current or pending support for proposed work. K. Transition Plan. This plan should be updated as Phase II work progresses. It will be reviewed by the appropriate TPOCs and SBIR PMs as a factor in continuing base efforts and the exercising of options. Provide a cover sheet, two to five pages of narrative and attachments as follows: 1. Transition Plan Cover Sheet. a. Firm name and address; b. Topic number, proposal title; c. Contact information for principal investigator and corporate official (phone number and ); d. Phase I contract number, name of Government Technical Monitor; e. Phase I SYSCOM Sponsor; and f. Phase I Acquisition Sponsor. 2. Narrative. a. Product/Technology Description (one to three pages). Briefly describe the proposed Phase II project and objectives and the product or service expected to result from a Phase III effort. Include: i. Summary of Phase I work/results; ii. Potential benefits of proposed technology; iii. Potential issues and risks (cost, schedule, technical, manufacturability, etc.); and iv. Summary of proposed Phase II work. b. DoD Customer Identification and Need (half to one page). Identify the customer and the requirements for this technology. The response should demonstrate an understanding of the intended customer, how this technology would fulfill a specific October
5 customer need and how the technology might ultimately be delivered to the customer as a result of commercialization by the Navy, another government entity or the private sector. c. Company History (half to one page). Provide a brief overview of the company s history, core competencies and experience with commercialization and/or transition of technology to DoD. Indicate the number of employees in the firm, their skill base and your organizational structure. If partnering is not anticipated, indicate why the company would be a credible supplier to the Navy. Describe experience to date with being a supplier of products/services to any market and, as appropriate, indicate the cumulative revenues that have resulted from product sales. 2. Attachments. Attach letters of endorsement from within the DoD or from the private sector that discuss the direct benefit of the technology to the agency(s) and/or their intent of follow-on funding either during Phase II or Phase III. Letters of endorsement are strongly encouraged and provide validation of interest by others. III. Cost Proposal. The online data entry forms for the cost proposal are on the DoD SBIR/STTR Submission website. This file, however, may only allow details for a single option; consequently, roll up the costs for all of the options for this display and provide a summary cover sheet of the basic award and each option cost as page 1 to the cost proposal section. A thoroughly itemized cost proposal can significantly reduce the amount of time required for contract negotiation. Separate costs must be submitted for the Phase II basic effort and for each Phase II option. If an item does not apply to the proposed effort, state, "Not Applicable." Sufficient information should be provided to allow the evaluator to understand planned use of the funds. A monthly, bimonthly or quarterly payment schedule may be proposed. The following paragraphs illustrate the level of cost detail that a contracting officer requires before beginning negotiations. For proprietary reasons, subcontractors, consultants or vendors may want to give you only bottom line quotes. In such cases, and only upon request of the contracting officer, detailed quotes from these parties should be sent directly to the government contracting officer. A. Offeror's Direct Labor. List all key personnel by name and other personnel by labor category (e.g., senior scientist). Specify the number of hours to be dedicated to the project and hourly costs for each. B. Subcontractors/Consultants. List consultants by name and specify, for each, the number of hours and hourly costs. Detailed quotes from subcontractors should be provided in the same format. Note that a subcontract entered into for performance of research or research and development differs from an arrangement with a vendor to provide a service such as machining, analysis with test equipment or use of computer time. The costs of such arrangements with vendors should be covered under Special Tooling, Testing, Test Equipment and Material or under October
6 Other Direct Costs. Upon request of the contracting officer, the subcontractor s cost proposals may be sealed or mailed directly for government eyes only. C. Special Tooling, Testing, Test Equipment and Material. The need for these items, if proposed, will be carefully reviewed. The offeror should provide competitive quotes to support the proposed costs or should justify why only one source is available. Competitive quotes may be signed quotes from vendors or copies of catalogue pages. Normally the costs of any equipment should be quoted on a purchase basis, unless the offeror can demonstrate that lease or rent of the equipment is clearly advantageous to the government. The Contracting Officer will make the final determination. D. Travel costs. Travel (i.e., airfares, car rental and per diem) must be justifiable in terms of the proposed effort. Specify how many people will travel, their intended destinations and the duration of their trips (in days). Please note that all Phase II award winners must attend a one-day Transition Assistance Program (TAP) meeting in the Washington, DC area during the second year of the Phase II effort. If a Phase II contract is awarded, the firm will be contacted with more information regarding this program. Additional information about TAP is available at NAVSEA recommends budgeting for at least one additional trip to Washington, DC. E. General & Administrative (G&A). If applicable, include the G&A rate and its application base, consistent with the firm s approved accounting system. F. Facility Capital Cost of Money (FCCM). If applicable, include the firm s FCCM rate(s) and its application base, consistent with the firm s approved accounting system. G. Fixed Fee/Profit. If applicable, include the proposed fixed fee/profit. H. Accounting Systems. In order to facilitate the government's evaluation of the cost proposal, provide the following information: 1. If the firm s accounting system and indirect costs have been reviewed and approved by a government auditor, provide the name, address and telephone number of that auditor, and 2. If the firm s accounting system has not been approved by the Government auditor, please provide: i. A description of the accounting system, and ii. The method used to compute indirect costs. (Include the details of indirect cost pools and the base against which they are applied as summarized above.) IV. Company Commercialization Report. All SBIR and STTR proposals must be accompanied by an online Company Commercialization Report (CCR) that summarizes the value of all prior SBIR and STTR awards to the offeror. The online data entry forms for the CCR are accessible from the DoD SBIR Electronic Submission Website. Any relevant success story(s) resulting directly from a Phase I or Phase II award may be summarized briefly and submitted separately through the Navy SBIR website at October
7 A Navy success story is any follow-on funding that a firm has received based on technology developed from a Navy SBIR or STTR Phase II award. The success stories should be included as appendices to the proposal. The success story information will be used as part of the evaluation of the third criteria, Commercial Potential (see DoD SBIR Program Solicitation Section 4.4), which includes the CCR and the strategy to commercialize the technology discussed in the proposal. The Navy is very interested in companies that transition SBIR efforts directly into Navy and DoD programs and/or weapon systems. A CCR showing that a firm has received no prior Phase II awards will not affect the firm's ability to obtain an SBIR award. Phase III efforts should also be reported to the Navy SBIR program office. October
MDA Small Business Industry Day
MDA Small Business Industry Day SBIR Proposal Preparation By: John Swan Contracting Officer Missile Defense Agency August 14, 2015 Agenda Introduction - John Swan Accounting System Audits - John Swan Cost
Small Business Innovation Research (SBIR) & Small Business Technology Transfer (STTR)
Small Business Innovation Research (SBIR) & Small Business Technology Transfer (STTR) Phase II Proposal Instructions DARPA Small Business Programs Office August 4, 2015 [email protected] Approved for Public
U.S. Department of Homeland Security (DHS) Small Business Innovation Research (SBIR) Program. Pre-Solicitation #: HSHQDC-14-R-00005
U.S. Department of Homeland Security (DHS) Small Business Innovation Research (SBIR) Program Pre-Solicitation #: HSHQDC-14-R-00005 Due Date: January 22, 2014 at 2:00 pm ET Issued By: DHS Office of Procurement
2016 FACULTY RESEARCH GRANTS PROPOSAL GUIDELINES
2016 FACULTY RESEARCH GRANTS PROPOSAL GUIDELINES DEADLINES: Due to College Dean for final approval: 4:30 p.m., Friday, January 29, 2016 ********************************* Due to Office of Vice President
DOE Phase 1 SBIR Budget Justification Training"! Dave Donley // ReliAscent, LLC! DOE Phase 0 Program // December 17, 2014!
DOE Phase 1 SBIR Budget Justification Training"! Dave Donley // ReliAscent, LLC! DOE Phase 0 Program // December 17, 2014! INTRODUCTION/OUTCOMES Presenter Introduction Major Topics DOE Budget Justification
Guidelines for Submitting Unsolicited Contract Proposals
Guidelines for Submitting Unsolicited Contract Proposals A Mandatory Reference for ADS Chapter 302 New Reference: 06/14/2007 Responsible Office: OAA/P File Name: 302map_061407_cd48 GUIDELINES FOR SUBMITTING
Small Business Innovation Research (SBIR) Program. Tracy Frost, ONR SBIR Program Manager
Small Business Innovation Research (SBIR) Program Tracy Frost, ONR SBIR Program Manager SBIR Program Description Small Business Innovation Research (SBIR) Tracy Frost, ONR SBIR PM 2.5% extramural RDT&E
Guide to SBIR/STTR Program Eligibility
Guide to SBIR/STTR Program Eligibility Updated: January 2013 U.S. Small Business Administration This document is published by the U.S. Small Business Administration as the official compliance guide for
FAR 15.408 Table 15-2 -- Instructions for Submitting Cost/Price Proposals When Cost or Pricing Data Are Required
FAR 15.408 Table 15-2 -- Instructions for Submitting Cost/Price Proposals When Cost or Pricing Data Are Required This document provides instructions for preparing a contract pricing proposal when cost
UNIT 34: COST ACCOUNTING STANDARDS
UNIT CERTIFICATION Statement of Completion has satisfactorily completed training in the duty of this Unit under the conditions described below and in accordance with the overall standard(s) for this Unit.
Selected Troublesome/Unacceptable Clauses Related to Information Release and Foreign Nationals
Selected Troublesome/Unacceptable Clauses Related to Information Release and Foreign Nationals (Note: Please review the applicable clause in the most current version available to you to ensure you have
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
PART V PROPOSAL REQUIREMENTS
PART V PROPOSAL REQUIREMENTS SECTION TITLE K L M Proposal Content Cost Information Submission of Proposal 40 SECTION K PROPOSAL CONTENT K.1 GENERAL REQUIREMENTS A. The requirements included in this Section
Lawrence Livermore National Laboratory
Lawrence Livermore National Laboratory Supply Chain Management Department Attention: To All Offerors June 16, 2016 Subject: Request for Proposal (RFP) Number B617524 Lawrence Livermore National Security,
Time-and-Materials and Labor-Hour Contracts The New Policies
Time-and-Materials and Labor-Hour Contracts The New Policies Overview: Time-and-materials and labor-hour (T&M/LH) contracts are the least preferred contract types, but they may play an important role in
Internal Revenue Service Number: 200433010 Release Date: 08/13/2004 Index Number: 274.08-00
Internal Revenue Service Number: 200433010 Release Date: 08/13/2004 Index Number: 274.08-00 --------------------------- ---------------------------------------- ---------------------------------------------
REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING
4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
SBIR/STTR PHASE II-EXPANDED CONTRACTING HANDBOOK
SBIR/STTR PHASE II-EXPANDED CONTRACTING HANDBOOK CONTENTS 1. General Information 2. Guidance on What Qualifies as Investment 3. Application Requirements 4. Exercising the Phase II Expanded Option 5. Time
Air Force FY 2013 Rapid Innovation Fund Broad Agency Announcement
Air Force FY 2013 Rapid Innovation Fund Broad Agency Announcement Announcement Number: Issue Date: 8 August 2013 1 Contents 1. Program Description... 9 1.1. Research Opportunity Description... 9 1.2. Deliverable
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
Tips and Guidelines for an NIH Proposal
Tips and Guidelines for an NIH Proposal FORMAT SPECIFICATIONS All file attachments must be in PDF format, and should have descriptive filenames of 50 characters or less, using only standard characters.
City of Mercer Island
City of Mercer Island MOBILE ASSET DATA COLLECTION: Pavement Condition Index Deflection Testing Sign Inventory Sign Retroreflectivity Contact Information: Leah Llamas, GIS Coordinator The City of Mercer
Cost Analysis Key Components Guidance and Checklist
Cost Analysis Key Components Guidance and Checklist A Mandatory Reference for ADS Chapter 300 New Edition Date: 04/02/2013 Responsible Office: M File Name: 300mad_040213 COST ANALYSIS KEY COMPONENTS GUIDANCE
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Moderated Online Focus Groups and Data Analysis
CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Moderated Online Focus Groups and Data Analysis I. OVERVIEW The Corporation for Public Broadcasting ( CPB ) is seeking proposals to conduct moderated
Fayetteville Public Schools Request for Proposals
Fayetteville Public Schools Request for Proposals TITLE: DEPARTMENT: Employee Benefits Broker Services Human Resources ISSUE DATE: May 28, 2013 DUE DATE: 4:00 PM, June 11, 2013 ISSUING AGENCY: Fayetteville
How to Apply For Federal Aviation Administration (FAA) Non-Premium War Risk Hull and Liability Insurance
How to Apply For Federal Aviation Administration (FAA) Non-Premium War Risk Hull and Liability Insurance INFORMATION FOR THE INSURANCE APPLICANT The FAA, under Section 44305 to Chapter 443 of Title 49
DEFENSE LOGISTICS AGENCY (DLA) SMALL BUSINESS INNOVATION RESEARCH (SBIR) PROGRAM. SBIR 16.2 Proposal Submission Instructions
DEFENSE LOGISTICS AGENCY (DLA) SMALL BUSINESS INNOVATION RESEARCH (SBIR) PROGRAM SBIR 16.2 Proposal Submission Instructions All Phase I proposals must be prepared and submitted through the Department of
Frequently Asked Questions About Federal Procurement
Frequently Asked Questions About Federal Procurement 1. What is a small business? A small business is a concern that is organized for profit, with a place of business in the United States, and which operates
USE OF MANAGEMENT AND OPERATING CONTRACTOR EMPLOYEES FOR SERVICES TO NNSA IN THE WASHINGTON, D.C., AREA
NNSA SUPPLEMENTAL DIRECTIVE NA SD O 350.2 Approved: USE OF MANAGEMENT AND OPERATING CONTRACTOR EMPLOYEES FOR SERVICES TO NNSA IN THE WASHINGTON, D.C., AREA NATIONAL NUCLEAR SECURITY ADMINISTRATION Office
SECRETARY OF THE NAVY SAFETY EXCELLENCE AWARDS
1. Background SECNAVINST 5100.10K SECRETARY OF THE NAVY SAFETY EXCELLENCE AWARDS a. The SECNAV Safety Excellence Awards were established to recognize and congratulate those Navy and Marine Corps commands
Africa Mathematics Project. Request for Applications
Africa Mathematics Project Request for Applications The Africa Mathematics Project (AMP) of the Simons Foundation invites applications for grants to support mathematical activities in Africa, including
FINANCIAL ASSISTANCE FUNDING OPPORTUNITY ANNOUNCEMENT. Small Business Innovation Research (SBIR) Small Business Technology Transfer (STTR)
FINANCIAL ASSISTANCE FUNDING OPPORTUNITY ANNOUNCEMENT Small Business Innovation Research (SBIR) Small Business Technology Transfer (STTR) FY 2012 Phase II Funding Opportunity Number: DE-FOA-0000676 Announcement
BANKA SOCIETE GENERALE ALBANIA
BANKA SOCIETE GENERALE ALBANIA Request for Proposals (RFP) for: Mailing Service for the Bank s needs Issued on February 24 th, 2015 Deadline for Response: March 09 th, 2015 12:00 CET 1 1 Objective of the
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property 73-101. Public lettings; how conducted. Whenever the State of Nebraska, or any department or any agency thereof,
Appendix. DoD SBIR Proposal Guidance. Background Research Guidance (and the Blackout Period ) F-2
Appendix DoD SBIR Proposal Guidance Background Research Guidance (and the Blackout Period ) F-2 Sample RDT&E Budget Item Justification (Navy PE 0604274N) F-7 DoD (Air Force) Phase I Proposal Format Guidelines
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
Procedures and Guidelines for External Grants and Sponsored Programs
Definitions: Procedures and Guidelines for External Grants and Sponsored Programs 1. Grant and Contract Financial Administration Office (Grants Office): The office within the Accounting Operations Area
DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000
DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000 Enterprise Services Solutions Directorate [Insert date, but DO NOT ISSUE on Friday
Audit Management Software Solution
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of
GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15)
GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15) 1. When the materials, and products ( goods ) or services,
Indiana Economic Development Corporation
Indiana Economic Development Corporation 21 st Century Research and Technology Fund SBIR/STTR Handbook 1 TABLE OF CONTENTS Introduction Page 3 About the IEDC and the 21 st Century Fund Page 3 History of
COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATIONS
COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATIONS Usage: For Cost Accounting Standards Covered Subcontracts Certain representations and certifications must be made by the Offeror and must be submitted
PROPANE EDUCATION & RESEARCH COUNCIL. Request for Proposals to Develop an Aftermarket Bi-Fuel Propane Autogas Vehicle System. Posted August 15, 2011
PROPANE EDUCATION & RESEARCH COUNCIL Request for Proposals to Develop an Aftermarket Bi-Fuel Propane Autogas Vehicle System Posted August 15, 2011 General Information The Propane Education & Research Council
REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based
REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based The Nebraska State College System (NSCS) PO Box 94605 1115 K Street, Suite 102 Lincoln NE, 68509-4605 Release Date: September
Peekskill City School District. Westchester County, New York REQUEST FOR PROPOSALS FOR A STUDENT MANAGEMENT SYSTEM
Peekskill City School District Westchester County, New York REQUEST FOR PROPOSALS FOR A STUDENT MANAGEMENT SYSTEM October 18, 2006 Gregory J. Sullivan Assistant Superintendent for Business & Administrative
Request for Proposals. Security Advisory Services for the International Executive Service Corps
Request for Proposals Proposal Title: Bid Reference Number: Security Advisory Services for the International Executive Service Corps IESC Security Advisory Services Issue Date: January 21, 2015 Closing
CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS
7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically
RFP-00118 ADDENDUM NO. 1
INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary
R E Q U E S T F O R P R O P O S A L S F O R E L E V A T O R C O N S U L T I N G S E R V I C E S P 1 6 0 0 3
REQUEST FOR PROPOSAL S F OR ELEVATOR CONSULTING S E RVICES P 1 6 0 03 Table of Contents 1.0 Introduction and Objectives... 4 2.0 RFP Schedule... 4 3.0 Scope of Services... 4 4.0 Submittal Instructions...
CDBG Proposal Non-Profit Best Practices. Workshop AGENDA. Questions and Answers. CDBG RFP Best Practices. Group Exercise
CDBG Proposal Non-Profit Best Practices Workshop AGENDA CDBG RFP Best Practices Group Exercise Questions and Answers CDBG RFP Best Practices How to Make Your Proposal Stand Out Make a compelling and logical
AUDIT REPORT AIRCRAFT AND AIR SERVICE MANAGEMENT PROGRAMS DOE/IG-0437 JANUARY 1999
DOE/IG-0437 AUDIT REPORT AIRCRAFT AND AIR SERVICE MANAGEMENT PROGRAMS JANUARY 1999 U.S. DEPARTMENT OF ENERGY OFFICE OF INSPECTOR GENERAL OFFICE OF AUDIT SERVICES January 25, 1999 MEMORANDUM FOR THE SECRETARY
DCAA Guidelines. How the SBIR firm can work effectively with the Defense Contract Audit Agency
DCAA Guidelines How the SBIR firm can work effectively with the Defense Contract Audit Agency Today s Presenters OUTLINE Presenter Introduction DCAA & DCMA DCAA Overview Types of DCAA Audits What it takes
REQUEST FOR PROPOSALS VOLUNTEER SECURITY VETTING SERVICES
REQUEST FOR PROPOSALS VOLUNTEER SECURITY VETTING SERVICES 2016 Democratic National Convention Committee 430 South Capitol Street, SE Washington, DC 20003 202.863.8000 Philadelphia 2016 Host Committee 1900
Request for Proposal (RFP) 15003 Open-End Contract for Media Buying Service
Request for Proposal (RFP) 15003 Open-End Contract for Media Buying Service Section 1 Service Required The (Commission) is seeking proposals from advertising agencies or communication companies to work
Department of Defense DIRECTIVE
Department of Defense DIRECTIVE NUMBER 4205.01 March 10, 2009 USD(AT&L) SUBJECT: DoD Small Business Programs References: See Enclosure 1 1. PURPOSE. This Directive: a. Reissues DoD Directive 4205.01 (Reference
Presented by: Laura Davis, President Strategic Consulting Solutions, Inc. PDS Consulting Solutions, LLC November 12, 2015
Presented by: Laura Davis, President Strategic Consulting Solutions, Inc. PDS Consulting Solutions, LLC November 12, 2015 Agenda Introductions RFP Process Types of Costs Pricing of Direct Costs Pricing
DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS
(VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS Issue Date: July 10, 2015 RFP: LFCC-F-18161AE Title: Virginia Community College System Lord Fairfax Community College, Fauquier Campus Construct Academic
Last Updated: June 2013
Society of Petroleum Engineers Privacy Policy Statement Last Updated: June 2013 This Privacy Policy tells you about the information the Society of Petroleum Engineers (SPE) gathers about you and how we
Navy and Marine Corps Have Weak Procurement Processes for Cost reimbursement Contract Issuance and Management
Inspector General U.S. Department of Defense Report No. DODIG-2014-092 JULY 11, 2014 Navy and Marine Corps Have Weak Procurement Processes for Cost reimbursement Contract Issuance and Management INTEGRITY
INSTRUCTIONS TO OFFERORS
INSTRUCTIONS TO OFFERORS Date To: CIO-SP3 Qualified Offerors From: US Technology Agency Subject: Request for Proposal (RFP) Project No. 12345, IT Enterprise-Wide Systems Support The Agency is issuing this
BANKA SOCIETE GENERALE ALBANIA
BANKA SOCIETE GENERALE ALBANIA Request for Proposals (RFP) for: Cash Transport Services Issued on February 10 th, 2015 Deadline for Response: February 24 th, 2015 12:00 CET 1 Objective of the RFP BANKA
REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612
REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP # 032612 The Park City School District is soliciting RFP s from qualified professional firms with the intention
City Website Design & Replacement RFP # 15-006
Request for Proposals City Website Design & Replacement RFP # 15-006 9/29/2015 The City of Fairburn, Georgia ( City ) is now accepting proposals from qualified consultants to provide design and replacement
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308
City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and
Request for Proposals. SFY 2014 Section 604(b) Water Quality Planning Pass-Through Grant Program
Request for Proposals SFY 2014 Section 604(b) Water Quality Planning Pass-Through Grant Program State of New Jersey Department of Environmental Protection Water Resources Management Division of Water Monitoring
CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014
Contents CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No. 2014-033 June 16, 2014 1 Insurance Product Broker PRICE PROPOSAL... 4 Introduction... 6 Scope
OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.
OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for administration of construction manager
Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, 2013. Table of Contents
Request for Proposal For: CQ5 Java Developer ABA Information Systems April 11, 2013 Table of Contents Bid Timetable [2] 1.0 General Information [3] 2.0 Proposal Requirements [6] 3.0 Criteria for Selection
Enterprise Scheduler Rev. 0 Bid #24078582. Scope of Work
Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of Work / Specifications IV. Terms and Conditions - Special V. Appendices to Scope of Work (if required) VI. Bidding Schedule
RFP Milestones, Instructions, and Information
This Request for Proposal is being issued by the Lower Colorado River Authority (LCRA). LCRA is a conservation and reclamation district of the State of Texas created pursuant to Article XVI, Section 59,
ELECTRONIC FUND TRANSFER AGREEMENT AND DISCLOSURE PERSONAL CHECK and/or ATM CARD
ELECTRONIC FUND TRANSFER AGREEMENT AND DISCLOSURE PERSONAL CHECK and/or ATM CARD This agreement and disclosure applies to payment orders and funds transfers governed by the Electronic Fund Transfer Act.
Attachment 1 Small Business Plan SMALL BUSINESS SUBCONTRACTING PLAN
Definitions Attachment 1 Small Business Plan SMALL BUSINESS SUBCONTRACTING PLAN Small Business: "Small business " means an independently owned and operated business which, together with affiliates, has
Request for Proposals. Communications and Marketing Station Support for American Graduate: Let s Make It Happen Initiative July 2013
Request for Proposals Communications and Marketing Station Support for American Graduate: Let s Make It Happen Initiative July 2013 The Corporation for Public Broadcasting (CPB) is seeking to engage a
IV. Orders, Quotations, Bids and Request for Proposal (RFP) Requirements
Policy 707 Noninstructional Operations and Business Services Purchasing I. Purpose This policy defines the process for purchasing supplies, equipment, materials and services that will be used to meet the
Section IV. Bidding Forms
Section IV. Bidding Forms Bid Submission Sheet Table of Forms Appendix to Bid Table A. Local Currency Table B. Foreign Currency (FC) Table C. Summary of Payment Currencies Bill of Quantities - Example
REQUEST FOR PROPOSALS. 403(b) Retirement Plan Investment Analysis and Consulting. July 2012
REQUEST FOR PROPOSALS 403(b) Retirement Plan Investment Analysis and Consulting July 2012 I. Investment Analysis and Consulting The Corporation for Public Broadcasting ( CPB ) is seeking proposals for
Accounting System Requirements
Accounting System Requirements Further information is available in the Information for Contractors Manual under Enclosure 2 The views expressed in this presentation are DCAA's views and not necessarily
FOR USE WITH PPP PROJECTS 1 SAMPLE GUIDELINES FOR PRE-QUALIFICATION AND COMPETITIVE BIDDING PROCESS 2
FOR USE WITH PPP PROJECTS 1 SAMPLE GUIDELINES FOR PRE-QUALIFICATION AND COMPETITIVE BIDDING PROCESS 2 1. PRE-QUALIFICATION 1.1 The requirements for pre-qualifications will be reasonable and efficient and
