Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2017 FBO #5725
SOURCES SOUGHT

R -- Secondary Cities Initiative - Administrative Services - Draft SOW - Sources Sought

Notice Date
7/25/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17I0070
 
Archive Date
8/18/2017
 
Point of Contact
Terence G. Lord,
 
E-Mail Address
lordtg@state.gov
(lordtg@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft SOW for purposes of Sources Sought notice issuance. NOTE that is the attachment does not open or it is not showing, the CO has copy/pasted the whole document into the description box of this notice. IMPORTANT: This is a Sources Sought ONLY. This is not a solicitation announcement. No contract will be awarded from this announcement. This request for capability information does not constitute a request for proposals and does not bind the U.S. Government (USG) to any agreement, written or implied. Submission of any information to this market survey is purely voluntary. The USG assumes no financial responsibility for any costs incurred by respondents. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Sources Sought Notice. The Department of State is seeking potential sources for its ongoing Secondary Cities Initiative, currently provided under an Interagency Agreement. At this time, the Department is considering a sole source to the American Association of Geographers, a non-profit institute based in Washington, DC; however, we are open to considering other sources should the required capabilities match the department's needs. To be clear, any vendor looking to submit a capabilities statement must hold extensive existing relationships with subcontractors and project partners/implementers all over the world. The anticipated acquisition strategy is a single award, IDIQ contract containing a combination of Fixed-Price, Cost-Reimbursement, Time-and-Materials (T&M), and Labor-Hour (LH) CLINs which may be performance based, where possible. The results of this market research will contribute to determining the method of procurement and assist DOS in developing and further defining procurement, acquisition, and development strategies. This market research will identify all potential sources, including small business sources (including 8(a) business development participants, veteran-owned small businesses, service disabled veteran-owned small businesses (SDVOSB), HUB Zone small business concerns, small disadvantaged businesses, women-owned small business concerns and economically disadvantaged women-owned small business concerns). The anticipated North American Industry Classification System (NAICS) Code assigned to this procurement is 541611 (administrative management and general management consulting services). Interested firms must demonstrate in their qualifications statement that they are qualified to perform the work outlined in the "DRAFT" statement of work under this NAICS code. The "DRAFT" statement of work attached to this Sources Sought Notice outlines the specific level of support required. Contractors should review the attached draft and submit capability statements reflecting their companies' capabilities to provide the effort described. Note that the statement of work is a "DRAFT" and may change when the solicitation is issued; however, the core requirements will not change. Questions, recommendations, and comments are welcomed. If your company has the capacity to perform the services outlined in this notice, please provide the following information: (1) Organization name, address, email address, web site address, telephone number, point of contact, size of business, qualified small business category and certification, type of ownership (including country of ownership) for the organization, DUNS Number, Cage Code, SAM information. (2) A detailed capability statement reflecting the firm's ability to perform the services requested in this notice; and relevant experience (what you did) past performance history (how you did it/how you performed) documenting ability to perform similar requirements. In addition, your capability statement and relevant past performance history should identify appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements, to include the types of personnel that would be utilized in executing the requirements. (3) A listing of any federal government-wide acquisition contracts (GWACS) or Federal Supply Schedule contracts your firm currently possesses, including their periods of performance. (4) Indicate whether or not any portion of work will be done by subcontractors. The deadline for submitting capability statements in response to the Sources Sought Notice is 12PM(EDT) August 3, 2017. Responses are limited to 10 pages (excluding cover page and table of contents), font size 12, and shall be submitted to the email address listed in this notice; and shall have the words "Secondary Cities Initiative SS Response" in the "subject" line. Sales brochures, videos and other marketing information materials will not be accepted. Telephone inquiries will NOT be accepted or acknowledged. It is the responsibility of the potential offerors to monitor both FedBizOpps.gov and eBuy.gov for any information that may pertain to this Sources Sought Notice or a future solicitation. As FedBizOpps is currently experiencing issues with attachments showing up on these notices, the whole draft SOW is pasted below: SECONDARY CITIES INITIATIVE WORK STATEMENT 1.0BACKGROUND AND PURPOSE Mapping Secondary Cities for Resiliency and Emergency Preparedness addresses critical capacity and data needs in rapidly growing urban areas in developing countries - secondary cities. Secondary cities are regional hubs of commerce, governance and services undergoing rapid transformation due to development pressures. This work shall provide a strategy to build local capacity in using open source geospatial technologies, strengthen international partnerships, and create new data in secondary cities that are frequently data-poor, under-resourced, and lagging behind in the provision of infrastructure and essential services. Mapping these cities is an essential activity in building resiliency and devising robust emergency management plans. 2.0SCOPE OF WORK Secondary City (2C) projects will be implemented in select cities throughout the world based on proposals solicited from US Embassies and their partners that may include international non-governmental organizations and universities. These proposals will be reviewed and approved by DOS staff and submitted to the contractor to establish subcontracts (or letters of agreement) for each city. It is expected that up to eight cities may be approved for projects in FY18 to include some existing FY17 project cities that may receive FY18 funding. The contractor will act as the fiscal agent to oversee the Secondary City Initiative. The contractor will provide the following support and services for Secondary City projects, as follows: a)Oversee subcontracts for projects in select secondary cities as designated by the Department of State. b)Provide monthly reports detailing the status of each project and major project activities. c)Provide financial oversight through managing contractual arrangements with subcontractors, submitting monthly invoices, and providing monthly financial reports to Department of State. d)Track project progress and deliverables for each project. e)Oversee logistical support and workshop planning as needed by each subcontract. f)Provide assistance for workshops and training as needed by project subcontracts. g)Facilitate the purchase of software as needed by project partners. h)Facilitate regional technical exchanges with subcontracted partners under the direction of Department of State. i)Assist in leveraging partnership engagements globally through a network of geography professionals who can contribute to project participation and development. j)Support professional and higher education initiatives for the next generation of geospatial scientists. At the city level, the projects will create foundation human geography geospatial data. In-country training to local project personnel will facilitate on-going data collection and mapping, using a train the trainer model. The HIU will provide technical oversight to all city projects to include directing work, research protocol guidance, as well as scoping visits and initial training. To that end, the selected contractor must have an extensive network of professional geographers and partner organizations. Specific methodologies and topics will be tailored according to the objectives and priorities of the city in which the data are created, in consultation with geography experts, and guided by the U.S. Embassy Country Strategy and U.S. Government strategic goals. The core project elements that we tested in year one and two of the initiative that were determined to be fundamental to project success include: 1.Commit to an open data protocol and technology agnostic approach. 2.Establish a partnership with a local university or NGO to conduct training and education on geospatial technologies and applications (generally, a university will have the requisite facilities for training activities.) 3.Utilize participatory mapping to collect human geography data of most interest to decision makers. 4.Quality-check the data through protocols developed in the training sessions and implemented after project management review. 5.Post newly created and/or acquired data on the Department of State maintained Geonode, an open data portal for the sharing of geospatial data. 3.0DELIVERABLES The Contractor shall accomplish the deliverable milestones shown below: (1) Monthly 2C Initiative Status Report - due by the 15th of the month for preceding month (2) Invoices - submitted monthly, generally (3) Financial Reports- due by the 15th of the month for preceding month (4) Others As Proposed - to be mutually agreed by bureau and vendor (Ad Hoc) 4.0ACCEPTANCE CRITERIA Acceptance of all written documents and other deliverables will be contingent upon COR/COTR review and approval. The COR/COTR will discuss each specific project with the contractor to ensure that the goals and objectives are clearly defined. If COR/COTR comments given do not conform to safe business practices or are deemed technically unsound, it will be the responsibility of the contractor to advise the COR/COTR accordingly. Upon approval of any final drafts, deliverables will be submitted in final form to the COR/COTR. All deliverables shall be delivered to the COR/COTR in electronic format. All work shall be completed in accordance with standards as provided by the COR/COR. 5.0KEY PERSONNEL It is anticipated that key personnel will not be required for any resulting contract or order. 6.0PERIOD OF PERFORMANCE This task is for an initial performance period of one (1) year. This task will also have four (4), additional one-year options to be exercised at the government's sole discretion. 7.0PLACE OF PERFORMANCE The work shall take place at the contractor's facilities and at the sites designated by subcontractors and DOS. Field activities will be conducted jointly with the US Embassy, local government authorities, non-governmental organizations (with a focus on professional geography societies), and private and volunteer sector communities and local universities. 8.0TRAVEL Some travel may be associated with this contract. Long distance and overseas travel is subject to prior approval by the COR/COTR. 9.0INVOICE APPROVAL The COR must approve all invoices before submission for payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17I0070/listing.html)
 
Record
SN04597556-W 20170727/170726043402-99fca0fc35b2efa954ed9e0366e489d5 (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.