Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

R -- DOI-ITAP In-Country Coordinator for Tanzania

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
US Dept of the Interior - National Business Center Acquisition Services Division, DC Branch1849 C Street NW, MS 1320 Washington DC 20240
 
ZIP Code
20240
 
Solicitation Number
ANN1000284
 
Response Due
9/7/2010
 
Archive Date
8/27/2011
 
Point of Contact
Alexis Williams Contract Specialist 2022086333 Alexis_N_Williams@nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and following Simplified Acquisition Procedures (Test Program for Certain Commercial Items) in FAR Subpart 13.5. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.The US Department of the Interior (DOI), National Business Center, Acquisition Services Directorate (AQD-DC), is issuing this solicitation as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-43. DESCRIPTION: The AQD, on behalf of DOI's International Technical Assistance Program (ITAP), intends to award a firm-fixed-price purchase order for coordination and implementation support of its program activities in Tanzania. Please refer to the Statement of Work (SOW), "DOI-ITAP In-Country Coordinator for Tanzania" for a detailed description of the requirement. The period of performance is one base year and four option years. Place of delivery and acceptance shall be at the COTR office or as otherwise specified by the COTR. NAICS Code: 541611 - Administrative Management and General Management Consulting Services *NAICS Code subject to change if a more appropriate code is identified. Size Standard: $7M Product Service Code: R408 - Professional Services/Program Management Support The solicitation, SOW, and Contractor Performance Evaluation Survey can be accessed at the Acquisition Services Directorate website: http://www.aqd.nbc.gov/Business/openmarket.aspx QUESTIONS: Submit questions via email to Alexis_N_Williams@nbc.gov or fax to 202-208-4956 no later than September 1, 2010 at 3:00 PM Eastern Time. Questions submitted by a method other than electronic mail or fax shall not be accepted and shall not be answered. All inquiries shall include the solicitation number and project title in the subject line. Should any question or comment be received by the Government after this timeframe, the Government reserves the right to respond per its discretion. The Government may respond to questions or comments deemed to be of significant concern, as determined by the government, at any time prior to the closing of this RFQ, via formal amendment to the RFQ. RFQ DUE DATE & ADDRESS FOR RECEIPT OF OFFERSBoth technical and price quotes shall be submitted to Alexis_N_Williams@nbc.gov or faxed to 202-208-4956 no later than September 7, 2010 at 5:00 PM Eastern Time. All inquiries shall include the solicitation number and project title in the subject line. Any quotes received after the previously specified cut-off date and time will not be accepted. It is the offeror's responsibility to read the RFQ and all related documents carefully and completely and to monitor the FedBizOpps and Acquisition Services Directorate websites for any updates to the RFQ on a regular basis. Additionally, it is the offeror's responsibility to ensure/verify the Government's receipt of its submission on or before the date/time specified. PROVISIONS & CLAUSESThis solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions and clauses may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision or clause may be accessed electronically at this address: http://www.arnet.gov/far/ 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009)52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) 52.212-1 -- Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. As an addendum to this provision, Offerors are instructed to submit quotes as follows: Offerors must be registered with the Central Contractor Registration (CCR) and the Online Representations & Certifications Application (ORCA). For information, refer to http://www.ccr.gov and http://orca.bpn.gov/. QUOTE FORMAT: Quotes shall consist of two volumes: (I) Technical Quote and (II) Price Quote. Each volume must include the following information: o Solicitation Number and Project Title o Offeror's point of contact for this project including name, title, address, phone number, and email address o Dun & Bradstreet/Data Universal Numbering System (DUNS) o North American Industrial Classification System (NAICS) Code o The validity period of the quote [Offeror's quote(s) must be valid for at least 30 calendar days] Volume I - Technical Quote: The following areas in the offeror's technical quote must be addressed to sufficiently demonstrate the offeror's ability, unique capabilities, and demonstrated experience to successfully support this requirement: Section 1 - Technical Capabilities & Management Approach: The response shall contain a technical submission addressing all aspects of the SOW. Discuss your understanding of the support requirements and the ability to provide the expertise and experience to accomplish the required tasks. Discuss your ability to quickly respond to emerging long-term and short-term support requirements. Discuss your ability to manage and coordinate with teams of partners and stakeholders to execute multiple, simultaneous tasks to achieve successful technical results and deliverables within government specified schedule and cost objectives. Section 2 - English Language Proficiency: Discuss your English language proficiency. Section 3 - Kiswahili Language Proficiency: Discuss your Kiswahili language proficiency. Section 4 - Technical Assumptions: Offerors shall indicate, in this section only, if any technical related assumptions have been made, conditions that have been stipulated, or exceptions have been taken with the SOW as written. If technical assumptions are not noted in this volume and this section of the quote, it will be assumed that the offeror's quote reflects no technical assumptions for award and agrees to comply with all of the terms and conditions set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the offeror's quote. Accordingly, any technical related assumptions listed in any other volume or section shall be null and void. Section 5 - Past Performance: The offeror shall identify any previous contracts with the U.S. Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in this SOW. Discuss your success in managing program activities of a similar nature and with similar requirements. Include the following information, if available: "Project title"Description of the project"Contract number"Government Agency/Organization"COTR's name, address, email address, and phone number"Contracting Officer's name, address, email address and phone number"Current status, e.g., completed (start and end dates) and/or if in progress, start and estimated completion dates"Dollar value and type of contract (e.g. Firm-Fixed-Price)"Key personnel (please highlight those individuals who worked on the relevant project(s) and are also being proposed for this effort.) Offerors shall send the Contractor Performance Evaluation Survey to points of contact for past and current projects, with the request that the reference complete and return the survey directly to the CO via email or fax (202-208-4956) by the RFQ due date. The offeror shall also provide information on any termination letter that may have been received within the last three years and any comments/explanations that the offeror wishes to provide regarding the circumstances of the notice. The Government may also consider information obtained through other sources such as the Past Performance Information Retrieval System (PPIRS). Past performance information will be used to determine the quality of the offeror's past performance as it relates to the probability of success of this required effort. Only past performance data regarding relevant past performance completed within the last three years, or work that is ongoing, is evaluated. The lack of relevant past performance information will result in the assignment of a neutral rating (i.e., neither favorable nor unfavorable). For offerors with no relevant past performance, the Government may take into account information regarding the past performance of personnel or subcontractors with relevant past performance that will perform key aspects of the requirement. No cost/price data shall be submitted in Volume I. Volume II - Price Quote: The following areas in the offeror's price quote must be addressed: Section 1 - Price: The price for each task must include a build-up of the labor categories, hours, and rates used to arrive at the firm-fixed-price identified by the base year and four option years. List all other direct costs (including travel and materials) necessary for the performance of this requirement. The Government requests a discount from the offeror's commercial labor rates. If a discount is provided, the offeror shall indicate the non-discounted commercial rate, the proposed percentage of discount, and the discounted rate. Section 2 - Price Assumptions: Offerors shall indicate, in this section only, if any price related assumptions have been made, conditions that have been stipulated, or exceptions have been taken with the SOW as written. If price assumptions are not noted in this volume and this section of the quote, it will be assumed that the offeror's quote reflects no price assumptions for award and agrees to comply with all of the terms and conditions set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the offeror's quote. Accordingly, any price related assumptions listed in any other volume or section shall be null and void. Section 3 - Payment Schedule: Offerors shall propose a payment schedule suitable for the type of contract proposed. For firm-fixed-price contracts, the proposed payment schedule may correspond to actual deliverables submitted under the contract. (End of Provision) 52.212-2 -- Evaluation -- Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capabilities & Management Approach!a. Demonstrated understanding of the support requirements and the ability to provide the expertise and experience to accomplish the required tasks.b. Ability to manage and coordinate with teams of partners and stakeholders to execute multiple, simultaneous tasks to achieve successful technical results and deliverables within government specified schedule and cost objectives.c. Ability to quickly respond to emerging long-term and short-term support requirements.2. English Language Proficiencya. Has obtained at least full professional proficiency in the English language. A person at this level is described as follows:"able to use the language fluently and accurately on all levels normally pertinent to professional needs "can understand and participate in any conversations within the range of own personal and professional experience with a high degree of fluency and precision of vocabulary"would rarely be taken for a native speaker, but can respond appropriately even in unfamiliar situations"makes only quite rare and unpatterned errors of pronunciation and grammar "can handle informal interpreting from and into the language. 3. Kiswahili Language Proficiencya. Has obtained at least full professional proficiency in Kiswahili A person at this level is described as follows:"able to use the language fluently and accurately on all levels normally pertinent to professional needs "can understand and participate in any conversations within the range of own personal and professional experience with a high degree of fluency and precision of vocabulary"would rarely be taken for a native speaker, but can respond appropriately even in unfamiliar situations"makes only quite rare and unpatterned errors of pronunciation and grammar "can handle informal interpreting from and into the language.4. Past Performancea. Demonstrated success in managing program activities of a similar nature and with similar requirements.5. Price: The Government will evaluate the price using price analysis to determine if the prices are fair, reasonable, and realistic. The Government will evaluate realism by assessing how well the price tracks to the offeror's technical quote. When combined, the non-price factors are significantly more important than price. Interviews may be conducted to supplement information contained in the quotes. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-5--Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2010), applies to this acquisition. The following FAR clauses are cited within 52.212-5 and are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). NBCM-ACQ-6920-0007 Required Provision for Services Contracts (Sep 2006) This is a non-personal services contract, it is therefore, understood and agreed that the contractor and/or the contractor's employees shall: (1) perform the services specified herein as independent contractors, not as employees of the government; (2) be responsible for their own management and administration of the work required and bear sole responsibility for complying with any and all technical, schedule, or financial requirements or constraints attendant to the performance of this contract; (3) be free from supervision or control by any government employee with respect to the manner or method of performance of the services specified; and (4) pursuant to the government's right and obligation to inspect, accept or reject the work, comply with such general direction of the Contracting Officer; or the duly authorized representative as is necessary to ensure accomplishment of the contract objectives.The contractor shall include this provision in all subcontracts for contractor support services under this contract. (End of Provision) Department of the Interior Acquisition Policy Release (DIAPR) 2010-18 - Authorities and Delegations Notice to Contractors (May 2010) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be provided at award.(c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government of any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of Clause) DIAR 1452.215-71POSTAWARD USE & DISCLOSURE OF PROPOSAL INFORMATIONAPRIL 1984 (a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below: (1) "Trade Secret" means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities. (2) "Confidential commercial or financial information" means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers "commercial and financial information obtained from a person and privileged or confidential," and exemption (9), which covers "geological and geophysical information, including maps, concerning wells." (b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend: "The information specifically identified on pages ______ of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract." (c) The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend: "This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal." (d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction. (e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information. (f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ef3922b4b45296e97f2c09a2db5796ef)
 
Place of Performance
Address: TANZANIA
Zip Code: 0255
 
Record
SN02257875-W 20100829/100827235239-ef3922b4b45296e97f2c09a2db5796ef (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.