Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2012 FBO #4037
SOLICITATION NOTICE

R -- United States-China Shale Gas Training Program - Attachment 1

Notice Date
12/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
United States Trade and Development Agency, USTDA Contracts Office, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
RFP-CO201361047
 
Point of Contact
Angela M. Williams, Phone: 703-875-6658, Garth A. Hibbert, Phone: 7038754357
 
E-Mail Address
awilliams@ustda.gov, ghibbert@ustda.gov
(awilliams@ustda.gov, ghibbert@ustda.gov)
 
Small Business Set-Aside
N/A
 
Description
Technical and Past Performance Adjectival Rating Clauses and Addendum SF-1449 Statement of Work COMBINED SYNOPSIS/SOLICITATION : Solicitation Number RFP- CO201361047, Program Management Services to support the United States (U.S.)-China Shale Gas Training Program is being issued as a RFP. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and procedures in Subpart 13.1 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation will be issued utilizing Full and Open Competition IAW FAR Subpart 13.106. The Government will award a contract resulting from this solicitation to the offeror who is deemed responsible and is determined, based on the evaluation factors and subfactors, to represent the best value to the Government. The Government contemplates a two year fixed-price contract with the Period of Performance commencing in January 2013 and culminating two years thereafter. The historical cost for a similar procurement in size and scope is $378,000.00 The U.S. Trade and Development Agency (USTDA) is accepting proposals from offerors who provide program management services to support the United States (U.S.)-China Shale Gas Training Program in accordance with the attached Statement of Work (SOW). The North American Industry Classification System Code (NAICS) is 541690. Award is limited to U. S. firms or U.S. individuals. Contractor and U.S. subcontractor employees used shall be either U.S. citizens or non-U.S. citizens lawfully admitted for permanent residence in the United States. Contractor use of subcontractors is limited to less than fifty percent of the proposed price. International transportation and insurance must have their nationality, source and origin in the U.S. local lodging; food and transportation in the host country are not subject to this restriction. In order to be considered for an award, an offeror must have completed the electronic Online Representations and Certifications Application (ORCA) at https://www.sam.gov in accordance with FAR 4.1201. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at https://www.sam.gov prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award]. All questions must be received by 12:00 p.m., Arlington, VA time on December 17, 2012 and submitted to contracts@ustda.gov. Telephone calls will not be ACCEPTED. All proposals must be received by 12:00 p.m., Arlington, VA time on December 26, 2012 and should be submitted electronically to contractproposals@ustda.gov. Late proposals will be processed in accordance with Federal Acquisition Regulation guidance. Proposals submitted by facsimile or to alternate email addresses will NOT be accepted. NOTICE REGARDING SUSPENSION/DEBARMENT/ INELIGIBILITY: Any contract awarded to a Contractor who, at the time of award was suspended, debarred, and ineligible for receipt of contract with Government Agencies or in receipt of a notice of proposed debarment from any Government Agency, is voidable at the option of the Government. SPECIAL CONTRACT REQUIREMENTS: This solicitation includes the following additional contract requirements and terms and conditions: CONTRACTOR PERFORMANCE REQUIREMENTS AND KEY PERSONNEL: The contractor shall provide the key personnel listed in its proposal to perform the work. Changes in key personnel may only be made with the Contracting Officer's prior written approval. CONTRACTOR FOLLOW-ON (INELIGIBILITY): The Contractor and its subcontractors shall be ineligible to compete for, as a prime or subcontractor or otherwise, USTDA funded activities that result from this contract. USTDA reserves the right to grant a waiver, based upon FAR 9.503, if preclusion of the contractor or its subcontractors (including consultants) from the follow-on activity would not be in the Government's interest. This restriction shall remain in effect for three years from the completion of this contract. The contractor agrees to include this provision in all subcontracts to this contract. DEFENSE BASE ACT INSURANCE: Prior to departure to the host country, the contractor shall obtain Defense Base Act and Medical Evacuation insurance. Proof of such insurance shall be submitted with the initial invoice. Pursuant to FAR 52.228-3, the contractor is required to have DBA coverage for its employees performing work overseas. The contractor agrees to insert the Defense Base Act Insurance requirements in all subcontracts under this contract. MEDICAL EVACUATION INSURANCE: In addition, all Contractor personnel working outside the United States shall have medical evacuation insurance for the days spent outside the U. S. The contractor agrees to insert the defense base and medical evacuation insurance requirements in all subcontracts under the contract. CONTRACT CLAUSES: The following Federal Acquisition Regulations provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional clauses are included: FAR 52.204-7, Central Contractor Registration; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; and FAR 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. INSTRUCTION TO OFFERORS: The Provision at FAR 52.212-1, Instructions to Offerors-Commercial (FEB 2012), applies to this acquisition with the following additional: The contractor shall submit a Technical Proposal, not exceeding 25 pages, that documents their Technical expertise in the Shale Gas Sector. Technical proposal must demonstrate: (1) Relevant technical experience, knowledge of industry and sector; (2) Experience in the host country with a focus on the sector (3) Experience with logistics and event organization; (4) Quality of proposed program, showing understanding of USTDA mission; and (5) Quality of proposed program demonstrating quality of venues and logistical arrangements. The PRICE PROPOSAL, shall be submitted using the following format: Section 1, SF-1449, "Solicitation/Contract/Order For Commercial Items" The Offeror shall submit a fully executed (Blocks 12, 17, 23, 24, & 30) of the form. The proposal should be valid for a period of 120 days or longer. Include written acknowledgement of any solicitation amendments. In addition, enter in block 17a, entitled "Facility Code" the DUNS number that identifies the offeror's name and address exactly as stated in the offer. Section 2, In accordance with 52.212-3, Representations and Certifications. The Offeror shall submit a fully executed and completed Offeror's Representations, Certifications, and Other Statements of Offerors. EVALUATION FACTORS: Pursuant to FAR 52.212-2, Evaluation Commercial Items, 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: The following sub-factors are listed in descending order of importance. Sub-factor 1: Expertise in the Shale Gas Sector Sub-factor 2: Knowledge of U.S. industry involved in Shale Gas. Sub-factor 3: Experience in host country with a focus on the sector Sub-factor 4: Experience with logistics and event organization Sub-factor 5: Quality of proposed program showing understanding of USTDA's mission Sub-factor 6: Quality of proposed programs demonstrating quality of venues and logistical arrangements •(2) PAST PERFORMANCE - Relevant Experience •(3) PRICE All evaluation factors, other than cost or price, when combined, are significantly more important than cost or price. Note: Options do not apply to this contract. Technical and Past Performance shall be evaluated using the adjectival ratings in the attachment to the solicitation. PAST PERFORMANCE: The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this RFP, based on the offeror's demonstrated present and past performance. Provide any information currently available (letters of reference/appreciation, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality services for same or similar type contracts performed for Federal agencies and commercial customers within the last five (5) years from the date of issuance of this solicitation. Information must be current (within the last 5 years from the date of issuance of this solicitation). Undated information or information over five years old will not be considered. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems. The Government will evaluate price to determine the following: Completeness: All information required by the solicitation has been submitted and is accurate. Reasonableness: The Government will conduct a price analysis to determine whether the proposed prices are fair and reasonable. This determination may be accomplished by one or more of the techniques set forth in FAR 15.404-1(a)(b)(2). No adjectival ratings will be used to evaluate price. BASIS FOR CONTRACT AWARD: The Government will use Best Value Source Selection Procedures to evaluate offers and determine the best value. The Government will award a contract resulting from this solicitation to the offeror who is deemed responsible in accordance with Federal Acquisition Regulation, as supplemented, whose proposal conforms to the solicitation requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is determined, based on the evaluation factors, to represent the best value to the Government. The Government seeks to award to the offeror who gives USTDA the greatest confidence that it will best meet or exceed the requirements affordably. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors and the Contracting Officer reasonably determines that the technical approach and/or superior past performance of the higher priced offeror outweighs the cost difference. The Contracting Officer will make an integrated assessment based on the evaluation factors described above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TDA/TDACO/TDACO/RFP-CO201361047/listing.html)
 
Place of Performance
Address: Host Country - China, China
 
Record
SN02946643-W 20121213/121211234704-ebc895f31c1334e3b0c9589b9cca9c14 (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.