SOLICITATION NOTICE
U -- International Business Management Program
- Notice Date
- 3/31/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Overseas Private Investment Corporation, Contracts and Administrative Services, Contracts and Administrative Services, 1100 New York Ave, NW, Washington, DC, 20527
- ZIP Code
- 20527
- Solicitation Number
- OPIC-03-R-2012
- Response Due
- 4/21/2003
- Point of Contact
- Gregory Williams, Manager, Contracts and Administration, Phone 202-336-8553, Fax 202-218-0186, - Valerie Settles, Contract Specialist, Phone 202-336-8554, Fax 202-312-2176,
- E-Mail Address
-
GWILL@OPIC.GOV, VSETT@OPIC.GOV
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation OPIC-03-R-2012 is hereby issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13. The North American Industrial Classification System (NAICS) code applicable to this procurement is 611310. The small business size standard is $6,000,000 in annual revenue.***** DESCRIPTION OF SERVICES:*** A. SCOPE OF WORK - The Overseas Private Investment Corporation (OPIC), an agency of the U.S. Government, requires the services of an educational institution to establish an international business management academic program for OPIC employees. ***B. WORK REQUIREMENTS - The contractor shall (a) Design and implement an international business management program with a five (5) to six (6) month curriculum for OPIC employees. The curriculum shall address, as a minimum, the following topics: (i) Strategy; (ii) International Finance; (iii) Accounting; (iv) International Marketing; and (v) Leadership. The training program will require student classroom attendance twice per month, preferably on Friday and Saturday. ***C. DELIVERABLES - (a) Provide all faculty, educational materials, and facilities to deliver an interesting and stimulating international business management curriculum to approximately 30 to 50 OPIC employees; and (b) Provide a completion certificate for each student. ***D. PLACE OF PERFORMANCE - Washington DC metropolitan area. ***E. PERIOD OF PERFORMANCE - The academic program shall be a minimum of five (5) to six (6) months, commencing in September 2003. The resultant contract shall reflect a base year extending twelve months from the date of contract award; plus four (4) each twelve month options.***** The Government contemplates award of a firm fixed price contract. The following clauses and provisions are applicable to this procurement. Pursuant to FAR 52.252-1, Solicitation Provisions Incorporated by Reference, the full text of a solicitation provision may be accessed electronically at http://www.arnet.gov./far. ***The following clauses and provisions are applicable to this procurement. **FAR 52.212-1, Instructions to Offerors - Commercial. **Submit FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; with your proposal. **The following clauses are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions-Commercial Items. **Under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, the following additional clauses are applicable to this procurement: FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.232.34; ** The evaluation factors referenced in FAR 52.212-2, Evaluation - Commercial Items are: Factor #1 Past Performance: Each offeror shall describe their past performance on contracts held within the last three years which are of similar scope, magnitude and complexity to that which is detailed in this solicitation. Contracts may include those entered into with Federal, state and local government agencies and commercial customers. The Government will evaluate each offerors' past performance based on the information submitted by the offeror, as well as information that the Government collects by itself. If the offeror does not have a past performance history relating to this solicitation, the offeror will be evaluated neither favorably nor unfavorably for this factor. **Factor #2 Technical Ability: The technical ability of the offeror to provide faculty, educational materials, and facilities to deliver an international business management curriculum. ** Factor #3 Price: Provide a fixed price for design of the course, and a fixed price for each course offering during the period of performance. Price will be evaluated for reasonableness.** Your proposal should provide adequate information to evaluate your offer against the three evaluation factors listed above. Award will be made to the offeror that offers the best value to the government. Best value is determined by considering trade-off between past performance, technical capability and price. Past performance and technical capability are more important than price.***** Three (3) copies of your proposal are due on April 21, 2003 by 3:00 PM, Eastern Standard Time, at the Overseas Private Investment Corporation , ATTN: Gregory Q. Williams, 1100 New York Avenue, N. W., Washington, DC 20527. No collect telephone calls will be accepted.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/OPIC/CAS/CAS/OPIC-03-R-2012/listing.html)
- Place of Performance
- Address: Washington DC
- Country: USA
- Country: USA
- Record
- SN00292502-F 20030402/030331221859 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |