Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
MODIFICATION

R -- Strengthening the Independent Media (SIM) Project

Notice Date
6/22/2003
 
Notice Type
Modification
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
Sarajevo-03-0004
 
Response Due
6/30/2003
 
Point of Contact
John Griffin, Contracting Officer, Phone 202-712-4663, Fax 202-216-3396, - Yvonne Wilson, Negotiator, Phone 202-712-1163, Fax 202-216-3396,
 
E-Mail Address
jgriffin@usaid.gov, ywilson@usaid.gov
 
Description
The purpose of this solicitation amendment is to provide clarification to questions raised by potential offerors, to change the location for receipt of proposals, and to modify the evaluation criteria. The closing date of July 15 remains in effect. 1. Reference the solicitation cover page (Standard Form 33), Item 8: Delete this section in its entirety and replace with the following : “Address Offers to (If other than in Item 7): USAID/RSC/RCO/Budapest-1054, Attention: Ms Szilvia Illes, Szabadsag Ter 7-8, Bank Center Building, Granite Tower, Fourth Floor, Hungary. Email: silles@usaid.gov Telephone 36-1-475-4626, Facsimile 36-1-475-4988 or 4991” 2. Reference Standard Form 33, Item 10: Delete this section in its entirety and replace with the following: “10: For information call Paul Neifert, USAID/Bosnia, Sarajevo @387-33-619-211, extension 194, facsimile 387-33-611-973, Email:pneifert@usaid.gov” 3. Reference Section L.6 of the Solicitation, page L-2: Delete the paragraph entitled “Hand Carried or International Address:” and replace it with the following: “Hand Carried or International Address: USAID/RSC/RCO/Budapest-1054, Attention: Ms Szilvia Illes, Szabadsag Ter 7-8, Bank Center Building, Granite Tower Fourth Floor, Hungary. Email: silles@usaid.gov Telephone 36-1-475-4626, Facsimile 36-1-475-4988 or 4991” 4. Reference Section L.6, page L-2: Delete the paragraph entitled “Mailing Address:” and replace it with the following: “Mailing Address: USAID/RSC/RCO/Budapest-1054, Attention: Ms Szilvia Illes, Szabadsag Ter 7-8, Bank Center Building, Granite Tower Fourth Floor, Hungary. Email: silles@usaid.gov Telephone 36-1-475-4626, Facsimile 36-1-475-4988 or 4991” 5. Reference Section L.7, page L-3, paragraph (d) (1) entitled “Estimated Level of Effort:” Delete part (d) (1) in its entirety and replace with the following: “(1) ESTIMATED LEVEL OF EFFORT: Offerors are to propose their own mix of expatriate and local skills to meet the requirements of their proposed technical approach to the tasks at hand. Key personnel proposed should include a Chief of Party and up to four other positions identified by the Offeror. Of these five Key Personnel, offerors may propose any mix of expatriate and local personnel suitable for implementation and management of this activity.” 6. Reference Section L-7, page L-3, paragraph L.7(d)(3): As clarification, Resumes, AID Bio-Data Sheets and Letters of Commitment are required for all Key Personnel. For all other named contract staff, only Resumes and AID Bio-Data Sheets are necessary. 7. Reference Section F.8, page F-3, entitled “Key Personnel: Delete paragraph A. and replace it with the following: “A. The key personnel that the Contractor shall furnish for the performance of this contract are as follows: Chief of Party and up to four other positions to be identified by the contractor.” 8. Reference Section F.7, page F-3, entitled “Level of Effort.” Delete this paragraph in its entirety. 9. Reference Section C, page C-4, Paragraph C. entitled “Description:” Delete the second sentence which reads “The program will be carried out through a $4 million dollar contract.” Replace it with the following sentence: “The program will be carried out through an approximate $4.5 million dollar contract.” 10. Reference Section I, page I-2, Paragraph I.3 part (c): Delete this part in its entirety and replace with the following: “The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years.” (A three year term for the original contract period and a two year term for the possible option period.) As a point of clarification, offerors need only submit technical and budget proposals for the three-year contract period. 11. As a point of clarification, contract clauses incorporated by reference are contained, in part, at Sections H.1 and I.1. 12. Reference page M-0, Section M.2 entitled “Evaluation Criteria:” Delete this section in its entirety and replace it with the following: “M.2 Evaluation Criteria: Technical and cost factors will be evaluated as described herein. (a) The criteria below are presented by major category, with relative order of importance, so that offerors will know which areas require emphasis in the preparation of proposals. The criteria below reflect the requirements of this particular solicitation. Offerors should note that these criteria: (1) serve as the standard against which all proposals will be evaluated, and (2) serve to identify the significant matters which offerors should address in their proposals. (b) Technical Evaluation Criteria: The technical proposal will be scored by a technical evaluation committee using the criteria shown below. (1) Personnel Qualification and Experience (35 Points) a. Technical experience and abilities of proposed team members relative to the scope of work. b. Balance between qualified expatriate and Bosnian senior program staff. (2) Past Performance (20 Points) a. Past performance evaluation will focus on such qualities as specific experience in media development work, demonstrated knowledge of Bosnia and Herzegovina and of the region, quality of personnel and workmanship standards; b. Quality of prior professional relationships with media counterparts and members of the donor and international communities: c. Quality of home office managerial oversight and quality of home office/field office relationships: d. Demonstrated ability to indigenize programs. (3) Proposed Approach to Activity (45 Points) a. Extent to which the proposed approach is consistent with and supports the program aims outlined by the scope of work. b. Degree to which the program is indigenized. c. Quality of management plan, including grants management. (c) The Government intends to make an award to at least one responsible and responsive offeror whose proposal is the most advantageous to the Government, price and other factors considered. Technical, cost and other factors will be evaluated relative to each other, as described herein. Although cost is not being specifically scored, the award selection will be made on a best value (technical or non-cost versus cost tradeoff) basis, where all non-cost factors will be significantly more important than cost. (d) The cost proposal will be analyzed as part of the proposal evaluation process. The cost proposal will be reviewed to determine if the overall costs proposed are realistic for the work to be performed. Proposed costs may be adjusted, for the purposes of evaluation, based on the results of the cost analysis and its assessment of reasonableness, realism, completeness, and credibility. (e) Prospective offerors are forewarned that a proposal with the lowest estimated cost may not be selected if award to a higher priced proposal affords the Government a greater overall benefit. Proposals will be rated and ranked on the evaluation factors set forth above. Estimated cost and price shall receive significantly less consideration than overall technical ability; however, estimated cost is an important factor. (f) The estimated cost to the Government increases in importance as competing proposals approach equivalence in technical merit and may become the deciding factor where technical proposals are approximately equivalent in merit.” 13. As stated in Section H.4, Page H-1, the currently authorized AID Geographic Code for the procurement of goods and services is 000 (U.S.) and 168 (Bosnia and Herzegovina). If required, USAID will consider authorizing additional geographic code areas in accordance with its associated waiver and approval process. 14. All references to a “performance based contract” are hereby deleted. As stated in Sections B.2 and L.3, this is a Cost Plus Fixed Fee (CPFF) completion type contract. Also delete any references to “the cooperative agreement contractor.” 15. As a point of clarification, all annexes to the solicitation can be found at the Federal Business Opportunities web page together with the original solicitation document, as amended. 16. As a point of clarification, FAR clause 52.219-9 (Small Business Subcontracting Plan) will be contained in the resulting contract. Offerors should familiarize themselves with the requirements of this provision. All other solicitation terms and conditions remain unchanged. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 18-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/AID/OP/WashingtonDC/Sarajevo-03-0004/listing.html)
 
Place of Performance
Address: USAID / BIH (MR. JOHN GRIFFIN, CONTRACTING OFFICER) HAMDIJE CEMERLICA 39
Zip Code: 71000
Country: Bosnia and Herzegovina
 
Record
SN00405579-F 20030820/030818223809 (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.