Official Solicitation 49100425Q0005 - "Unified Network for Innovative Technology and Engineering" (UNITE) NSF-Wide Blanket Purchase Agreement (BPA) for the National Science Foundation - Amendment 3
ID: 49100425Q0005Type: Solicitation
Overview

Buyer

NATIONAL SCIENCE FOUNDATIONNATIONAL SCIENCE FOUNDATIONOFC OF BUDGET, FINANCE AWARD MGMTALEXANDRIA, VA, 22314, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: PERSONAL SERVICES CONTRACTS (R497)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 10, 2025, 12:00 AM UTC
  3. 3
    Due Feb 13, 2025, 5:00 PM UTC
Description

The National Science Foundation (NSF) is seeking proposals for the establishment of a Blanket Purchase Agreement (BPA) titled "Unified Network for Innovative Technology and Engineering" (UNITE), aimed at providing a range of professional technical, engineering, and programmatic support services. This BPA is specifically set aside for small businesses and is expected to facilitate the delivery of services such as administrative management, training, and marketing, with a total estimated value of $200 million over a five-year period. The initiative underscores NSF's commitment to enhancing procurement processes while fostering small business participation in support of its mission to advance scientific research and technological innovation. Interested contractors can reach out to Devin Faggs at dfaggs@nsf.gov or Jonathan Schmeelk at jschmeel@nsf.gov for further details, with proposals due as specified in the solicitation documents.

Point(s) of Contact
Files
Title
Posted
Nov 15, 2024, 8:54 PM UTC
The document outlines the National Science Foundation's (NSF) Blanket Purchase Agreement (BPA) for acquiring various technical and engineering services under the General Services Administration (GSA) Federal Supply Schedule. It establishes procedures for issuing task orders and outlines the responsibilities of the contractor, including compliance with federal regulations and terms specific to this BPA. The BPA is set for a five-year duration and allows for multiple task orders, though no minimum commitment is guaranteed. Key elements include the definitions of various professional service categories, requirements for small business participation, and protocols for invoicing and financial management. Additionally, the document emphasizes that the BPA facilitates streamlined procurement while mandating adherence to the terms of the underlying GSA contracts. The document serves as a comprehensive guide for contractors to understand their obligations and to ensure compliance with federal policies, ultimately focusing on delivering quality services to the NSF.
Feb 10, 2025, 2:05 PM UTC
The National Science Foundation (NSF) has issued a request for proposals (RFP) for the establishment of a Blanket Purchase Agreement (BPA) for unified services related to innovative technology and engineering. This BPA will cater specifically to small business contractors under the General Services Administration (GSA) Multiple Award Schedule (MAS). The NSF intends to create a framework for technical, administrative, training, and marketing services while ensuring compliance with federal regulations. The BPA stipulates that contractors will provide services on a Labor Hour, Firm Fixed Price, or Time-and-Materials basis, with an expected maximum usage of $200 million over five years. It includes guidelines for ordering procedures, invoicing, contractor responsibilities, and reporting requirements, emphasizing timely submission of status reports and documentation of small business participation. Contracts will be evaluated based on best value, with a focus on experience and pricing. The BPA allows multiple orders issued by NSF offices, facilitating varied contracting opportunities while maintaining compliance with applicable standards. This initiative highlights the NSF's commitment to fostering small businesses through strategic procurement in support of its mission in science and engineering.
Jan 8, 2025, 9:05 PM UTC
The Unified Network for Innovative Technology and Engineering (UNITE) by the National Science Foundation (NSF) aims to enhance procurement efficiency and foster innovative partnerships across various scientific disciplines. The UNITE initiative aligns with the NSF's strategic goals of advancing research, developing a diverse STEM workforce, and strengthening research infrastructure from 2022 to 2026. It emphasizes increasing contract awards to small disadvantaged businesses and expanding federal procurement equity. The Blanket Purchase Agreement (BPA) under UNITE encompasses various service categories, including administrative management, engineering, technical, training, and marketing services, to better support NSF's organizational needs. Each task area contains specific responsibilities, ensuring contractors deliver high-quality services that advance NSF’s goals. These efforts promote interdisciplinary collaboration and evolve to meet societal challenges while reinforcing NSF’s leadership in global scientific innovation.
Feb 10, 2025, 2:05 PM UTC
The Unified Network for Innovative Technology and Engineering (UNITE) is a Blanket Purchase Agreement (BPA) initiated by the National Science Foundation (NSF) to enhance procurement processes, focusing on the delivery of professional technical, engineering, and programmatic support services. The NSF, established to advance scientific research and promote technological innovation, emphasizes inclusivity in STEM fields, aiming to optimize resource utilization and foster strategic partnerships. Key objectives of the UNITE initiative include increasing contract opportunities for small disadvantaged businesses, enhancing operational efficiency through streamlined procurement, and ensuring adherence to sustainable practices. The BPA outlines task areas categorized under professional services, including administrative management, engineering services, training, and public relations, each with defined responsibilities. The document serves as a framework for NSF organizational units to access necessary services required for innovative research and development. It highlights NSF's commitment to advancing national welfare through scientific discovery while fostering a diverse and capable workforce. The BPA's overall duration is five years, during which specific deliverables and performance requirements will be tailored to meet NSF's evolving needs in the scientific community.
Feb 10, 2025, 2:05 PM UTC
The document outlines the pricing structure and guidelines for a federal government Request for Proposal (RFP) related to contract Task Order number 49100425Q0005, covering a five-year performance period from January 1, 2025, to December 31, 2029. It details the required submission of a price quote worksheet, including specific labor categories and their associated costs. Contractors must specify labor rates based on the General Services Administration (GSA) Federal Supply Schedule, applicable discounts, and detailed labor hour estimates for various roles, such as Program Managers, Financial Analysts, and Technical Writers. The document emphasizes the importance of maintaining accurate pricing data and verification of formulas within the worksheets. Moreover, it establishes the framework for calculating direct productive labor hours (DPLH) and associated costs, noting that labor estimates should align with standard business practices. The overarching purpose is to facilitate accurate and competitive bidding for government contracts, ensuring compliance with specified labor categories and pricing structures while enabling effective resource allocation for the intended services. This document serves as both a guideline for contractors and a measure for evaluating submitted proposals within the context of government procurement processes.
Feb 10, 2025, 2:05 PM UTC
The document outlines the terms and conditions of a Blanket Purchase Agreement (BPA) specifically with the National Science Foundation (NSF) under a GSA Federal Supply Schedule Contract. It details the types of products/services available, pricing, delivery information, and the authorized offices to place orders. The BPA is non-obligatory concerning funds, specifying a defined expiration date or the end of the contract period. Orders must comply with specific documentation requirements, including the inclusion of Contractor and BPA information on delivery tickets. Furthermore, in the event of discrepancies between the BPA terms and the Contractor's invoices, the BPA's terms take precedence. This BPA facilitates the procurement process for NSF, streamlining order placements and ensuring compliance with federal purchasing regulations.
Feb 10, 2025, 2:05 PM UTC
The document describes a CTA (Contractor Teaming Agreement) Composition Summary Sheet meant for federal government RFPs and grants. It outlines essential information about team composition, including the roles of the company, team leader, team members, and subcontractors. Key components include the UEI (Unique Entity Identifier) Number, GSA Schedule, business size status, and applicable NAICS (North American Industry Classification System) codes. It specifically references SINs (Special Item Numbers) derived from a Statement of Work outlined in Attachment 1, Section 7.0. The structure is clearly defined, focusing on distinguishing team roles and compliance metrics necessary for responding to government opportunities. This summary serves as a foundational document for those participating in federal contracting processes, ensuring adherence to relevant classifications and organizational structures while facilitating collaboration among team members. It underscores the importance of organized documentation in meeting eligibility requirements and aligning with government standards.
Feb 10, 2025, 2:05 PM UTC
The document pertains to reporting obligations associated with a Blanket Purchase Agreement (BPA) for government contracting and outlines financial data related to order obligations and paid personnel costs. It specifies the reporting period and details cumulative financial figures. The tables indicate various fiscal amounts, with several categories reflecting zeros or undefined calculations due to division errors. Significantly, the report highlights the percentage of payments made to small business employees, which stands at 20% of total personnel costs. Definitions provided clarify terms such as "Other than Small Business" and distinguish between order obligations and paid personnel costs. The narrative section notes the absence of additional pages for elaboration on deficiencies, corrective actions, or timelines. Overall, this document serves to fulfill compliance requirements for reporting BPA metrics, ultimately aiming to ensure transparency and accountability in federal contracting processes. It underscores the government's efforts to support small businesses within its contracting framework while documenting financial distributions during the specified reporting period.
Feb 10, 2025, 2:05 PM UTC
The UNITE Ordering Guide establishes procedures for utilizing the National Science Foundation's (NSF) Blanket Purchase Agreement (BPA) for sourcing professional and engineering services through Contractor Team Arrangements (CTAs). This BPA allows the government to place recurring orders with approved BPA holders over a five-year period, with an estimated budget of $200 million per holder. The document outlines key definitions, ordering procedures, types of orders, and responsibilities of contracting officers. The BPA enables the use of small business participation to support socio-economic goals, with clear guidance on set-asides for small businesses based on criteria established in federal law. It details the necessary acquisition plans, emphasizes the importance of time-sensitive quote submissions from contractors, and specifies the evaluation criteria for order awards. The document is structured to facilitate smooth procurement processes while ensuring compliance with federal regulations. It emphasizes transparency in sourcing, encouraging competition among BPA holders while mandating detailed performance descriptions and conflict of interest disclosures in proposals. Overall, the guide serves as a comprehensive regulatory framework for managing contracts effectively under the NSF UNITE BPA.
The document outlines the Statement of Work (SOW) for the Science and Engineering Analytical and Technical Support (SEATS) contract under the National Science Foundation’s Directorate for Computer and Information Science and Engineering (CISE). The contract aims to provide support for CISE’s operational needs over a five-year period, starting from the contract award date. CISE's mission includes advancing the U.S.'s leadership in computing and developing a skilled workforce in the field. The contractor's responsibilities include assisting CISE program officers in various areas such as reviewer recruitment, post-award management, program analysis, and community outreach. While contractors will not replace existing staff, their involvement will help manage the workload across CISE units, including the Office of Advanced Cyberinfrastructure (OAC), Division of Computing and Communication Foundations (CCF), Division of Computer and Network Systems (CNS), and Division of Information and Intelligent Systems (IIS). The role requires a strong science background and expertise in project management and communication. Deliverables include panel support, program planning, and compliance oversight concerning funded projects, ensuring effective management of research initiatives. The contractor is also expected to assist in analytics and coordination of public presentations, contributing to effective management and outreach of NSF programs.
The document outlines the Statement of Work for Task Order #1 under the Directorate for Computer and Information Science and Engineering (CISE) for analytical and technical support. The project entails the procurement of contractors across various work areas for a period of one base year with four optional extensions. Key roles include managing advisory committees, supporting program directors, and assisting program staff in various administrative tasks. Contractors are expected to perform independently while coordinating closely with CISE program directors and staff. The scope includes distinct positions: one contractor for the Office of Advanced Cyberinfrastructure (OAC), two for Computer and Network Systems (CNS), one for the Computing Community Consortium (CCF), and one for the Information and Intelligent Systems (IIS). Each contractor must have relevant academic backgrounds and demonstrate project management experience. Work may be conducted both on-site at the NSF headquarters and via telework, with stipulated reporting and deliverable schedules, including participating in meetings and providing monthly progress reports. This initiative reflects the NSF's commitment to advancing science and engineering through coordination and support for research programs, necessitating strategic contractor involvement to manage complex tasks effectively.
Feb 10, 2025, 2:05 PM UTC
The National Science Foundation’s Directorate for Computer and Information Science and Engineering (CISE) has outlined a Statement of Work for the Science and Engineering Analytical and Technical Support (SEATS) contract. This task order aims to procure contractor support across five key areas: program planning, review management, program management, award management, and post-award oversight, encompassing roles to assist CISE program officers without replacing existing staff. The contract duration includes one base year with the possibility of four additional option years. CISE seeks to enhance its capacity through various contractor positions, each requiring relevant academic qualifications and experience in project management and communication within the fields of computer and information science, engineering, or mathematics. Performance will primarily occur at NSF headquarters, with opportunities for remote work. Contractors will also report regular progress and participate in specific workshops. This initiative reflects NSF's commitment to maintaining U.S. leadership in advanced computing and fostering a skilled workforce while ensuring scientific rigor and administrative efficiency in grant and program management processes.
The document encompasses inquiries and clarifications related to the UNITE BPA (Blanket Purchase Agreement) solicitation issued by the government. It includes questions from potential bidders about participation requirements, conflict of interest, necessary certifications, and compliance with socio-economic mandates. Key topics discussed include the eligibility of large businesses as subcontractors alongside small businesses, the need for current GSA schedules for specific NAICS codes, and potential discrepancies in provided guidance regarding team structure and pricing submissions. The document emphasizes the necessity for all members of a Contract Teaming Arrangement (CTA) to demonstrate compliance with mini-max regulations and past performance standards. It raises issues about the clarity of pricing templates, the period of performance, and the evaluation criteria for proposals. Overall, the purpose of the document is to ensure prospective contractors have a clear understanding of the requirements and expectations outlined in the solicitation, fostering greater participation and compliance with the procurement process while enhancing transparency through detailed response mechanisms. By addressing these concerns, the government aims to streamline the bidding process, ultimately supporting small business participation and high-quality proposal submissions.
Nov 15, 2024, 8:54 PM UTC
The document outlines a framework for responding to questions regarding a Request for Quotation (RFQ) under the ATTAC program. It includes an RFQ Question Matrix where potential quoters must specify the document, page number(s), and sections relevant to their inquiries; questions lacking proper references will not receive answers. The structure consists of space for submitting questions, government responses, and any necessary changes to the RFQ based on those responses. This format ensures clarity in communication and establishes a protocol for engagement between potential contractors and the government, reinforcing transparency and accountability in the federal procurement process. The matrix serves as a vital tool for potential quoters to seek clarifications while also assisting the government in managing queries effectively.
The document is a comprehensive question matrix concerning the National Science Foundation's (NSF) Request for Proposals (RFP) related to a Blanket Purchase Agreement (BPA) and associated task orders. It elucidates various inquiries from potential quoters regarding requirements, performance metrics, pricing, and labor categories, alongside issues regarding NAICS codes, GSA Schedules, and contractor qualifications. The questions span topics including conflict of interest, travel expectations, experience requirements, and the acceptance of subcontractors. Specific clarifications are sought about the evaluation criteria, compliance with the GSA guidelines, and the eligibility of pricing models under different task orders. This matrix serves as a vital tool for ensuring that offerors have a clear understanding of procurement expectations, enabling a more competitive and compliant bidding process. Overall, it underscores NSF's commitment to transparency in facilitating effective communication between the agency and potential contractors while ensuring alignment with federal contracting standards.
Jan 29, 2025, 5:06 PM UTC
The document outlines a Task Order Price Quote for various Time and Materials (T&M) services related to a government solicitation. It includes estimated costs for a base period and multiple options spanning from October 1, 2022, to March 31, 2028. Each task consists of detailing prices for multiple GSA labor categories, with a focus on providing reimbursable travel and other direct costs (ODC). The document emphasizes that quoters must verify calculations within the worksheet associated with the task order. The structure of the document features separate sections for various CLINs (Contract Line Item Numbers), indicating different periods of performance and corresponding labor rates. It specifies a need for detailed tracking of labor hours, including contingencies for vacation, sick leave, and holidays, stated through Direct Productive Labor Hour (DPLH) calculations. Overall, this pricing proposal aims to ensure accurate financial forecasting and compliance for federal RFPs, focusing on labor-related services while adhering to government standards. The clarity and thoroughness of the price quote layout highlight the importance of transparency and accountability in government contracting processes.
Feb 10, 2025, 2:05 PM UTC
The document outlines a Task Order Price Quote for a federal solicitation, detailing pricing and labor categories for a service contract spanning from October 1, 2022, to March 31, 2028. It provides a structured format for bidders to report their pricing across various option periods and labor categories, including GSA labor rates, proposed labor hours, and associated costs like travel and other direct costs (ODCs). Each section is designated for different CLINs (Contract Line Item Numbers) and insists on the responsibility of quoters to verify calculations. The document emphasizes accuracy and completeness in reporting and highlights guidance notes for determining Direct Productive Labor Hours (DPLH) for submitting teams, clarifying that calculations should consider typical leave and total available hours for full-time employees. This Task Order Price Quote is essential for ensuring compliance and clarity in federal RFP processes, facilitating informed bids that reflect detailed labor and cost considerations while adhering to government contracting standards.
Similar Opportunities
U.S. National Science Foundation (NSF) and German Federal Agency for Breakthrough Innovation (SPRIND) Challenge Program
Buyer not available
The U.S. National Science Foundation (NSF) is seeking market intelligence regarding the NSF and German Federal Agency for Breakthrough Innovation (SPRIND) Challenge Program, aimed at fostering innovative technologies through unconventional approaches. The NSF invites interested parties to provide insights on their vision and capabilities to support the program's objectives, which include engaging diverse applicants, fast-tracking proposal evaluations, and facilitating international collaborations. This initiative is significant as it represents a novel approach to support high-risk, high-reward research, enhancing technology translation into marketable products. Interested respondents should submit their feedback and proposals via email to Alexandra Roig Vitali at avitali@nsf.gov by April 11, 2025, at 12:00 PM Eastern Time, with a focus on the roles and responsibilities outlined in the accompanying documentation.
Antarctic Science and Engineering Support Contract, Presolicitation Synopsis
Buyer not available
The National Science Foundation (NSF) is preparing to release a Request for Proposal (RFP) for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract aimed at securing services for the Antarctic Science and Engineering Support Contract. This contract, which is expected to be awarded as a single entity, will cover a broad range of support services necessary for operations in Antarctica and other locations, including the Continental United States and New Zealand, over an anticipated ordering period of twenty years. The procurement will be subject to unrestricted full-and-open competition, with the solicitation number anticipated to be 49100425R0006, and the RFP is expected to be released no earlier than April 16, 2025. Interested parties are encouraged to monitor the Federal Point of Entry at www.sam.gov for updates and additional information, and any inquiries can be directed to DACS USAP Recompete at recompete.usap@nsf.gov.
BPA - IT and Telecom PSC 7E20
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
NIST Information Technology and Database Application Support Services II
Buyer not available
The National Institute of Standards and Technology (NIST), part of the U.S. Department of Commerce, is seeking small business sources for Information Technology and Database Application Support Services under an anticipated Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The objective is to enhance measurement science and technology, supporting various domains such as health, biosciences, cybersecurity, and cloud computing, through the development of IT models, standard reference implementations, and database applications. This initiative is crucial for advancing U.S. innovation and industrial competitiveness, with a contract period starting from June 15, 2026, and extending through multiple option periods until June 14, 2031. Interested parties should submit their responses, including company information and capabilities, to Hing Pan Wong at hingpan.wong@nist.gov by the specified deadline, ensuring compliance with the small business size standard of $34 million for NAICS code 541519.
Antarctic Science and Engineering Support Contract, Presolicitation Synopsis
Buyer not available
The National Science Foundation is preparing to solicit proposals for the Antarctic Science and Engineering Support Contract, aimed at providing essential facilities support services at the United States Antarctic Program (USAP) facilities. This contract will encompass the operation of government-owned contractor-operated research and development facilities in Antarctica, which are critical for advancing scientific research in extreme environments. Interested parties should note that the primary contact for inquiries is DACS USAP Recompete, reachable via email at recompete.usap@nsf.gov. Further details regarding the funding amount and specific deadlines will be provided in the forthcoming solicitation.
BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for professional patent and trademark services. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The services are critical for supporting the Navy's intellectual property needs and ensuring compliance with legal standards. Interested vendors must submit their documentation and past performance references by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
Next Space Technologies for Exploration Partnerships -3 (NextSTEP-3) Omnibus
Buyer not available
NASA's National Aeronautics and Space Administration is initiating the Next Space Technologies for Exploration Partnerships-3 (NextSTEP-3) Omnibus, aimed at fostering partnerships to advance technologies for human space exploration, particularly for lunar and Mars missions. This initiative invites proposals for studies, research, and technology development that align with NASA's Moon to Mars exploration strategy, with a focus on enabling long-term human presence throughout the solar system. The Omnibus is effective from September 27, 2024, to September 26, 2029, and will issue specific solicitations through BAA Appendices detailing research opportunities, eligibility criteria, and funding ranges, with awards potentially starting below $100K and exceeding several million dollars based on project scope. Interested parties can reach out to the NASA ESDMD Moon to Mars Program Office at HQ-NextSTEP-BAA@mail.nasa.gov for further information.
National Defense Science and Engineering Graduate (NDSEG) Fellowship Program
Buyer not available
The Department of Defense, through the Air Force Office of Scientific Research, is seeking contractors to provide administrative support for the National Defense Science and Engineering Graduate (NDSEG) Fellowship Program. The primary objectives include attracting qualified applicants for doctoral fellowships in STEM fields relevant to the DoD, managing the application and evaluation processes, and facilitating mentorship for fellows. This program is crucial for enhancing the number of U.S. citizens pursuing advanced degrees in critical technological areas, with the potential to award 100-200 fellowships annually, offering financial support that includes full tuition coverage and monthly stipends. Interested contractors should contact Valencia Thornton at valencia.thornton@us.af.mil or David Franklin at david.franklin.25@us.af.mil for further details.
RFP for AARDT and E Support Services
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Air Division, is soliciting proposals for the AARDT and E Support Services under a total small business set-aside. This request for proposals (RFP) aims to update the procurement process in light of recent policy changes and industry inquiries, ensuring that all interested parties have access to the latest information and requirements. The services sought are critical for national defense research and development, particularly in the fields of physical, engineering, and life sciences. Proposals are due by April 7th, and interested vendors can reach out to Chanmee Chung at chanmee.chung.civ@us.navy.mil or Tess Beukers at tess.j.beukers.civ@us.navy.mil for further details.
FY25 Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology
Buyer not available
The Department of Defense, through the Office of Naval Research (ONR), is inviting proposals for the FY25 Long Range Broad Agency Announcement (BAA) aimed at advancing Navy and Marine Corps science and technology initiatives. This solicitation seeks innovative research proposals that can enhance operational capabilities across a wide range of scientific and engineering disciplines, encouraging participation from both small and large businesses, as well as academic and research institutions globally. The BAA represents a significant opportunity for meritorious research that supports national defense objectives, with no specific funding amount disclosed. Interested parties should direct inquiries to Matthew Murray at matthew.murray18.civ@us.navy.mil for further information.