Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2002 FBO #0131
SOLICITATION NOTICE

R -- Train the Trainer Courses

Notice Date
1/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Agency for International Development, Washington D.C., Office of Procurement, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
M-OP-SOL-02-004
 
Response Due
1/4/2002
 
Point of Contact
Cherie Hunter, Negotiator, Phone 202-712-5006, Fax 202-216-3052,
 
E-Mail Address
chunter@usaid.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and written solicitation will not be issued. This solicitation number M/OP-SOL-02-0004 is issued as a request for proposal. This solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 01-02. This action is set-aside for small business only. The U.S. Agency for International Development is contemplating award of a firm, fixed price, indefinite quantity, commercial-off-the-shelf, purchase order for the services identified herein. The contractor shall teach seven, 2-day courses called (Train the Trainers)(TOT) to USAID participants. Three courses shall be taught at USAID missions overseas in Budapest, Nairobi, Jakarta or Cairo (or any combination of these 4 areas). One course will be taught in Miami, Florida. The remaining three courses will be taught at the USAID RRB in Washington, DC. Each course shall contain not more than 25 participants. The exact dates of each course will be provided to the contractor by the CTO at a later date but not less than 15-business days prior to the beginning of each course. The courses will be ordered by the CTO by issuing a Course Order Form to the contractor. Logistics: 1) The contractor shall provide one qualified instructor for each course. The contractor shall also provide all training books, evaluation forms and supplies sufficient for the number of participating students. The contractor shall ship all course materials to the training location and ensure arrival not less than 3-business days prior to the course beginning. Upon completion of each course, the contractor shall forward all the student evaluation forms to the CTO. The contractor shall create and forward one copy of each student's Certificate of Course Completion to the respective student. 2) The USAID shall provide the training facility. Travel Regulations: The contractor shall travel in accordance with Federal Government regulations. The contractor is not entitled to reimbursement for local travel costs incurred within the Washington, DC Metropolitan Area. The contractor shall be reimbursed for travel expenses at an amount not to exceed cost. Period of Performance: This Order shall be effective as of the date of signature and shall remain in effect until December 20, 2002. Contractor Budget: The contractor shall propose pricing using the format below. The price of each course shall be all-inclusive (except travel costs) and represent a loaded fixed rate. Contract Line Items/Cost: Course 1$xx.xx; Course 2 $xx.xx; Course 3 $xx.xx; Course 4 $xx.xx; Course 5 $xx.xx; Course 6 $xx.xx; Course 7 $xx.xx; Travel $30,000 NTE; Total $100,000. The contractor must receive an average rating of 4% out of 5% from course participants in order to receive full payment for the course. USAID will deduct 10% for an average rating of 3.5% to 3.99%. USAID will deduct 20% for an average rating of less than 3.5% and below. The USAID will follow Federal Acquisition Regulation Part 13, Simplified Acquisition Procedures in preparing the contract. USAID bears no responsibility for data errors resulting from transmissions or conversion processes. The following clauses and provisions are incorporated in full force: FAR 52.204-3 Taxpayer Identification; FAR Part 52.212.2 Evaluation-Commercial Items; FAR 52-212-3 Offerors Representations and Certifications Commercial Items; FAR 52.212-5, Contract Terms and Conditions-Commercial Items Required to Implement Statutes or Executive Orders-Commercial. Incorporated by reference are; FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.212-4, Contract Terms and Conditions-Commercial Items. Evaluation Factors will be based upon best value to the government; contractor acceptability of the requirement, organizational past performance, experience and methodology (approach), proposed instructor qualifications and price reasonableness. Subcontractors are not authorized. Offeror?s that do not have a past experience record will receive a (neutral rating). In order to select the winning offeror, USAID will rank offerors from best to worst by making paired comparisons of the non-cost factors on the basis of acceptability being more important than past performance, past performance more important than experience, experience more important than approach, approach more important than personnel qualifications and personnel qualifications being more important than price. USAID will then compare non-cost factors to cost and perform a trade-off analysis. The offeror with the better capability and overall best value to the government will be awarded the contract. Offerors must provide the company name, point of contact, current phone number, explanation of negative past performance and description of work performed to support past performance. Instructors must have a minimum of 7 years experience teaching or developing TOT courses. Offerors wishing to respond shall submit the required documentation by 11:00 a.m., Friday, Jan. 4, 2002. Only written requests received directly from the requestor are acceptable. Proposals shall be submitted via FedEx, UPS, or other courier (except the US Postal Service) or may be hand delivered to 1300 Pennsylvania Avenue N.W., Rm 7.10-025, M/OP/HRAM/AFM., Wash, D.C. 20523. POC: Cherie Hunter/Eraka Somers, at 202-712-5006/202-712-0931, respectively. Hand deliveries must be coordinated in advance. NAICS: 541990 Numbered Note: 1. The proposed contract is 100% set aside for small business concerns.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/AID/OP/WashingtonDC/M-OP-SOL-02-004/listing.html)
 
Place of Performance
Address: USAID Washington DC Metro USAID Mission(s): Budapest, Nairobi, Jakarta and/or Cairo USAID Mission: Miami, Florida
 
Record
SN00056782-F 20020412/020410214401 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.