Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2012 FBO #3879
SOLICITATION NOTICE

R -- Definitional Mission: Kenya and Tanzania Electricity Sector - DM Scope of Work

Notice Date
7/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management 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
RFQ-CO201211228
 
Archive Date
8/3/2012
 
Point of Contact
Lori Donovan, Phone: 703-875-4357, Tyrone W Johnson, Phone: 703-875-4357
 
E-Mail Address
ldonovan@ustda.gov, tjohnson@ustda.gov
(ldonovan@ustda.gov, tjohnson@ustda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work for Definitional Mission (DM) Kenya and Tanzania Electricity Sector SYNOPSIS/SOLICITATION: Solicitation Number RFQ-CO201211226, Definitional Mission (DM) for Kenya and Tanzania Electricity Sector is being issued as a RFQ. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) subpart 12.6, 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. Offers must be submitted to: contractproposals@ustda.gov no later than July 19, 2012 at 4:00 p.m. ET. This is a small business set-aside with a small business size standard of less than $7M annual sales under NAICS code 541611. Award is limited to U. S. firms or U. S. individuals. Contractor and U. S. subcontractor employees 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. The Government's estimate for this procurement is $63,000.00. The Government contemplates award of a firm fixed price contract. Proposals submitted by facsimile will NOT be accepted. All contractors must be registered in Central Contractor Registry (www.ccr.gov) in order to receive a contract award. Questions regarding this solicitation must be submitted to contracts@ustda.gov no later than noon on July 12, 2012. SERVICES AND PRICES: Line Item 1 is a Planned Itinerary, Purchase of Tickets and Required Insurance Declarations (not-to-exceed 30% of the proposed contract price). Line Item 2 is the Final Report. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: Please see the FEDBIZOPS attachment to this solicitation. INSPECTION AND ACCEPTANCE. All services are subject to the COR's final approval. All work will be inspected and accepted at USTDA's Office, Arlington, VA. DELIVERIES OR PERFORMANCE: The performance of this contract shall start immediately after the effective date of award. The Contractor shall submit all deliverables under this Contract to the Contracting Officer's Representative (COR) on or October 31, 2012. The Period of Performance for this Contract shall be one year from the date of the Contracting Officer's signature Performance of this contract shall be at USTDA's Office, Arlington, VA, at other locations in the U.S., and/or the designated host country. 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 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 AND MEDICAL EVACUATION 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. CONTRACT CLAUSES: The clause at 52.212-4 Contract Terms and Conditions--Commercial Items applies to this acquisition. The following additional clauses are included: FAR 52.228-3 Workman's Compensation Insurance (Defense Base Act); and FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, and the following additional clauses are included: FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-1 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; and FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. INSTRUCTIONS/CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS: NOTE: FAR Clauses and Provisions are available at https://www.acquisition.gov and USTDA-specific templates are available at http://www.ustda.gov/businessopps/dmdocuments.asp. The Provision at Federal Acquisition Regulation 52.212-1 Instructions to Offerors-Commercial applies to this acquisition with the following additions: The contractor shall submit a Technical Proposal, not exceeding 25 pages, that documents their Technical/Financial Expertise and Definitional MissionStrategy/Approach (as outlined below in the evaluation factors for award), resumes for proposed key employees (not included in 25 page count), and reference information for at least one but not more than three clients for similar work in the last three years (not included in 25 page count). In addition, the contractor shall provide a separate Business/Cost proposal that contains the information in Federal Acquisition Regulation (FAR) 52.212-1(b) ; a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; completed Contractor Employee Biographical Data Sheets for proposed key personnel, and a completed Price Quotation Breakdown. EVALUATION FACTORS FOR AWARD: FAR 52.212-2 Evaluation - Commercial Items is being used. The following factors, in descending order of importance, will be used to evaluate all offers. All evaluation factors, other than cost or price, when combined, are significantly more important that cost or price. (1) Relevant technical experience, knowledge of industry and sector contracts; (2) Work plan, including strategy for evaluating risks, financial viability, and U.S. export potential (including U.S. sector competitiveness) of projects; (3) Relevant experience in evaluating and developing international projects, including experience drafting Terms of Reference/budgets for studies and experience with relevant financing mechanisms; (4) Knowledge of country and/or region, including relevant foreign language skills; (5) Past Performance; and (6) Quality of Proposal, including quality of writing and organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TDA/TDACO/TDACO/RFQ-CO201211228/listing.html)
 
Place of Performance
Address: USTDA Headquarters, 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02795679-W 20120708/120706234352-ef4ded0bb2498d8bc56c16cecefa1124 (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.