Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOLICITATION NOTICE

R -- ADVISORY ASSISTANCE SERVICES FOR THE PERFORMANCE OF A DEFINITIONAL MISSION REGARDING MINING PROJECTS IN THE EUROPE REGION (BULGARIA AND ROMANIA)

Notice Date
12/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
United States Trade and Development Agency, TDA Contracts Office, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, VA, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
USTDA04-Q-030
 
Response Due
1/19/2004
 
Archive Date
2/3/2004
 
Point of Contact
Forestine Winters, Contract Specialist, Phone 703-875-4357, Fax 703-875-4009, - Della Glenn, Contracts Officer, Phone 703-875-4357, Fax 703-875-4009,
 
E-Mail Address
contract@tda.gov, contract@tda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Advisory Assistance Services for the Performance of a Definitional Mission Regarding Mining Projects in Europe Region (Bulgaria and Romania). 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; quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-11. The Government?s estimate for this procurement does not exceed $40,000.00. The Government contemplates award of a firm fixed contract. Contract Line Item No.1 is a Planned Itinerary for a quantity of one (1) and Purchase of Tickets and Required Insurance Declaration (NTE 30% of the contract price). Contract Line Item No. 2 is a Final Report in accordance with USTDA DM Report Standard for a quantity of one (1) original and twenty (20) copies. USTDA is considering the provision of grant funds for a feasibility study in the sector in Serbia. USTDA requires non-personal advisory and assistance services to determine whether to fund a feasibility study or alternative activities such as alternative technical assistance, orientation visits, capacity building activities, or training grants. Upon award, the Contractor shall meet with the COTR to discuss the contract. This meeting shall be held at USTDA in Arlington, Virginia unless the COTR decides otherwise. The COTR will provide the contractor with names and addresses of project sponsors and other contacts, and provide relevant details that may impact the evaluation. Prior to departure to the host country, the contractor shall deliver to the COTR a report of 3-5 pages containing the proposed schedule or itinerary; preliminary strategies or findings on project viability; financing options; U. S. company interest in the project; a list of contacts to be made during the visit; and a pre-visit checklist of issues, information and questions to be utilized during the visit. USTDA will advise the U. S. Embassy in the host country of the contractor?s proposed travel itinerary prior to departure and request the Commercial Section of the Embassy provide the contractor with the names and addresses of appropriate host country officials with whom to meet. The Contractor shall meet with the Commercial Section of the U.S. Embassy upon arrival and prior to departure for briefing and debriefing meetings. The Contractor shall host meaningful discussions with appropriate contacts to determine and gauge the interest of potential project financiers and potential U. S. suppliers and assess whether the proposed project(s) is economically, financially, and technically viable. The Contractor shall analyze the potential procurement of U. S. goods and services for project implementation by categories and dollar values. The analysis shall include an assessment of the project risks and its financial viability, the priority of the project and political/social/organizational support it has, potential sources of financing, and the capability and experience of the project sponsor. The analysis shall also include an assessment of the social and economic development impacts of the proposed project. The contractor shall provide regular informal progress briefings to the COTR. The contractor shall deliver a final report to USTDA, in accordance with USTDA DM Report Standard dated fifteen (15) days after completion of overseas visit, which will give brief background information (3-5) pages on the agribusiness and food processing in sector; assess and justify whether or not USTDA should provide funding for a feasibility study of the proposed project(s); assess any viable alternatives for USTDA consideration; and provide recommendations. The recommendations shall be based upon USTDA funding criteria that the project must be likely to receive implementation financing, and in addition, have a procurement process that provides ?equal access? to U. S. firms; represent an opportunity for sales of U. S. goods and services that is many times greater than the initial investment of USTDA assistance; be a development priority of the project sponsor and country where the project is located and have the endorsement of the U. S. Embassy in that nation; and involve the U. S. companies that are facing strong competition from foreign companies receiving subsidies and other support from their governments. The performance of this contract shall start within two (2) work-weeks after the effective date of award and completion is expected within sixty (60) calendar days from that date. 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. The contractor shall deliver the draft final report to the COTR for review within ten working days after completion of the overseas visit. Within five working days after receiving the COTR?s comments, the contractor shall deliver a revised copy for COTR review. The contractor shall revise the report as necessary until securing final COTR approval. The final report shall incorporate all mutually agreed upon material revisions. Upon notification of the COTR?s acceptance, the contractor shall deliver one unbound original and twenty copies to USTDA. Delivery is F.O.B. Destination. The Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addition: The contractor shall submit a Technical Proposal, not exceeding 25 pages, that documents their Technical/Financial Expertise and Definitional Mission Strategy/Approach (as outlined below), resumes for proposed key employees, and reference information for at least one but not more than three clients for similar work in the last three years. In addition, the contractor shall provide a Business/Cost proposal that contains the information in FAR 52.212-1(b); a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items; a completed copy of the provision at 52.204-3, Taxpayer Identification; completed Contractor Employee Biographical Data Sheets for proposed key personnel (available at www.tda.gov), a completed Contractor Price Quotation Breakdown (available at www.tda.gov) and a completed Budget Form (available at www.tda.gov). Provision 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) Technical/Financial Expertise (relevant technical experience and skills/capabilities in the sector; knowledge of the country, region, and/or project; relevant experience with financing mechanisms most likely to be used; relevant experience in identification, evaluation and business development of international projects and/or sector projects, sufficient to prepare budgets and terms of reference for feasibility studies; relevant foreign language skills; and knowledge of industry, relevant sector contacts, publications or reports and past performance on similar work), (2) Definitional Mission Strategy or Approach (contractor?s approach to work and proposed performance milestones based upon an understanding of USTDA?s program objectives; contractor?s discussion and strategy for evaluating U. S. Export potential and competitiveness; contractor?s discussion and strategy for evaluating U.S. export potential and competitiveness; Contractor?s discussion and strategy for evaluating economic and financial viability of the project; and contractor?s discussion of potential project or sector-related issues, risks or problem areas that may need to be identified, analyzed, investigated or resolved), (3) Price/Cost-The clause at 52.212-5, 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: 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. 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. Contractor 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 procure the insurance pursuant to the terms of the Contract between the U. S. Agency for International Development (USAID) and USAID?s insurance carrier unless the contractor has a DBE self insurance program approved by the Department of Labor or has an approved retrospective rating agreement for DBA. This insurance is currently required to be place in accordance with USAID Contract HNE-Q-00-98-01653-00 with Fidelity and Casualty of New York through its agent: Rutherford International, 500 Cherokee Avenue, suite 300, Alexandria, VA 22132, phone (800) 274-0268; facsimile (703) 354-0370; email to dproctor@rutherfoord.com. The current rate is $1.44 per $100 of employee salary during the time spent out of the country. In addition, all Contractor personnel working outside the United States shall have medical evacuation insurance for the days spent outside the U. S. This insurance shall be obtained from Medex Assistance Corporation (MEDEX), under USAID Contract HNE-Q-00-98-00106-00. Applications for coverage may be requested by writing to MEDEX, P. O. Box 19056, Baltimore, MD 21284; by calling (800) 537-2029, by facsimile (410) 308-7905, or by email to operations@medexassist.com. The rate for short-term membership for 1-10 days is $27 per person, $2.50 per person for each additional day, and $58 per person monthly. Annual membership is $163 per person and $295 per family. The contractor agrees to insert the defense base and medical evacuation insurance requirements in all subcontracts under the contract. Offers are due no later than 4:00 p.m., Eastern Time on January 19, 2003 to Contracting Office, U. S. Trade and Development Agency, 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. Additional information regarding this solicitation, send email to contract@tda.gov -Attention: Forestine Winters or Della Glenn.
 
Place of Performance
Address: 1000 Wilson Blvd. - Suite 1600, Arlington, VA
Zip Code: 22209-3901
Country: USA
 
Record
SN00493348-W 20031221/031219213024 (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.