Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
MODIFICATION

R -- Peru Risk Based Inspections

Notice Date
3/27/2008
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Agriculture, Farm Service Agency, Acquisition Management Branch, Recurring Requirements Section, 1400 Independence Avenue SW, Stop 0568, Washington, DC, 20250-0568, UNITED STATES
 
ZIP Code
20250-0568
 
Solicitation Number
AG-3151-S-08-0014
 
Response Due
3/27/2008
 
Point of Contact
Jerald Greenwood, Contract Specialist, Phone 202-690-1722, Fax 202-690-3320
 
E-Mail Address
jerald.greenwood@wdc.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopis/solicitation is CANCELLED. The requirements period of performance has changed and no period of performance has yet been established. This solicitation is CANCELLED. This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. This solicitation, number AG-3151-S-08-0014 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This is a 100% small business set-aside, NAICS Code 541690; size standard is not to exceed $6,500,000. The Government intends to award a Firm-Fixed Price Contract. Description: Through this solicitation, the Agency is seeking to procure and implement a Commercial Off-The-Shelf (COTS) consulting service that will provide training on risk assessment, risk management and food safety inspection techniques to government officials of the Ministry of Agriculture of Peru. The activity is anticipated to take place April 14-25, 2008 in Lima, Peru. There will be two training sessions; each should be no more than five days in length. The Peruvian government has requested that 60 food facility inspectors attend the two trainings. However, as all 60 inspectors cannot be away from the plants at the same time, it has been requested that the training be given to 30 inspectors the first week (April 14-18) and to 30 inspectors the following week (April 21-25). Each training session should be between 3-5 days in length. The presentations must be in Spanish and it is strongly preferred that the presenters be fluent in Spanish. The U.S. embassy in Peru will provide on-sight logistical support, including arranging the location, lunches for the participants and translation/interpretation services, if absolutely needed. The training will focus primarily on food processing establishments and will provide an understanding of the microbiological risks associated with the current inspection practices. It will cover the critical points of an inspection, provide an understanding what those points are, why they are important and where contamination of a product may occur in its processing. The training will cover (but not limited to) the following topics: o Overview of the U.S. and international food safety standards, food safety systems and international food trade o Agronomic Practices (in the field)?Emphasis on the ways to avoid/minimize contamination o Harvesting techniques with regards to food safety o HACCP?General principals and standards for processed foods o Inspection of food processing establishments o Information and training resources on food safety o Risk management and risk communication DESCRIPTION OF TEAM: The team may consist of three to five members with a combination in the following specialties, but not limited to: 1. Team Leadership 2. Microbiologist/Contaminants 3. Food Processing and Food Establishments 4. Inspection Regulations 5. U.S. and international food safety standards 1. TEAM LEADER: Responsible for planning and organizing activity. Skills and Qualifications * Demonstrate leadership skills as well as written and oral presentation skills * Must have a working knowledge of food safety systems (public and private). * Preferred that the team leader is also a specialist in one of the technical areas specified above * Experience in meeting U.S. and international agricultural trade regulations 2. MICROBIOLOGIST/CONTAMINANTS EXPERT: Responsible for training on biological and chemical risks associated with processed products. Skills and Qualifications * Advanced experience in the fields of food microbiology and contaminants * Must have an excellent knowledge of the food safety requirements for processing facilities * An advanced knowledge in food science or related field (biology, chemistry, micro biology), or equivalent work experience 3. FOOD PROCESSING AND FOOD ESTABLISHMENTS SPECIALIST: Responsible for training on U.S. and international food safety requirements for processing facilities. Skills and Qualifications * Experience leading a food safety program at a food processor or for food establishments * Excellent knowledge of the requirements for food safety as outlined by Codex, Global Food Safety Alliance, EurepGAP, ISO-22,000, and others * Experience conducting evaluations of food safety programs in a variety of food establishments and processors 4. INSPECTION SPECIALIST: Responsible for training on inspections protocols of processing facilities. EVALUATION: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, technical, price and other factors considered. The following factors shall be used to evaluate offers: A. TECHNICAL: 1. Knowledge of International and US food safety inspection practices; 2. Ability to conduct practical inspection demonstrations; 3. Broad experience with various processing inspections; 4. Experience in meeting US and international agricultural trade regulations; 5. Flexibility to design and adapt training to meet needs of FAS and audience; 6. Spanish speaking ability, personal/communication skills. B) PAST PERFORMANCE: Technical and Past Performance, when combined are more important when compared to Price. C) PRICE: Offerors must provide the price response separate from the technical response, but it should be included with the proposal package. SUBMISSION OF PROPOSALS: Proposals must include 1-2 page resume of all team members. Technical proposals shall be no longer than four (4) pages. Price proposal may be 1-2 pages. Offerors must provide three (3) references. The Government will retain rights to all intellectual property produced in the course of this task order. The provisions at 52.212-1, Instructions to Offerors - Commercial apply to this acquisition. The provision at 52.212-2, Evaluation, Commercial Items, will be used. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items must be included with all offers (electronic registration at http://orca.bpn.gov). The following clauses also apply to this acquisition: 52.212-4, Contract Terms and Conditions, Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders, Commercial Items, which includes 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, and 52.222-43. All offerors must be registered in the Central Contractor Registration (CCR) database. The associated website is http://www.ccr.gov. Provide DUNS number and TAX ID with proposal. Proposals must be received by 3:00 PM Eastern on March 27, 2008 by regular mail at USDA/FSA/AMD/SAB, 1400 Independence Avenue, SW, Stop 0567, Washington, DC 20250, or by overnight mail at 1280 Maryland Avenue, SW, Suite 580 A, Washington, DC 20250 to the attention of Renea Morton. Address questions to Jerald Greenwood by phone at 202-690-1722 or by E-MAIL at Jerald.Greenwood@wdc.usda.gov. This combined synopis/solicitation is CANCELLED. The requirements period of performance has changed and no period of performance has yet been established. This solicitation is CANCELLED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/FSA/MSDRRS/AG-3151-S-08-0014/listing.html)
 
Place of Performance
Address: Lima
Country: PERU
 
Record
SN01544040-F 20080329/080327232037 (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.