Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

R -- Analysis, Grant and Audit Services

Notice Date
5/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
USTDA-04-Q-0-171
 
Response Due
5/25/2004
 
Archive Date
6/9/2004
 
Point of Contact
Anthony Grayson, Contracts Manager, Phone 703-875-4357, Fax 703-875-4009,
 
E-Mail Address
contract@tda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION: Solicitation Number USTDA-04-Q-0-171, Analysis, Grant and Audit Services, is being issued as a RFQ. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Two copies of your offer are due no later than 2:00 p.m., Eastern Time on May 25, 2004 to Contracting Office, U. S. Trade and Development Agency, 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. This procurement is a small business set aside with a small business size standard of less than $6M annual sales under NAICS code 541611. Award is limited to U. S. firms or U. S. individuals. The Government contemplates award of a firm fixed price labor hour contract. Proposals submitted by email or by facsimile will not be accepted. All contractors must be registered in the Central Contractor Registration (www.ccr.gov) in order to receive a contract award. For additional information regarding this solicitation, email contract@tda.gov, telephone calls will not be accepted. SERVICES AND PRICES: Line Item 1 is for Non-personal Services: Contractor shall provide analysis services in accordance with the Scope of Work, for an estimated quantity of 1050 hours at the proposed hourly rate. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: Success Fee Program: The contractor shall: Organize the submitted reports, identify those reports that were due but not received, analyze the quality of the reports and identify those that do not meet agency standards. Work with companies that submitted reports that do not meet the standards and provide guidance on how to bring the reports up to standard. Use Lexis/Nexis and other research tools to update files with respect to the location of grant program participants. Prepare letters to companies to provide guidance on compliance with the success fee program. Tabulate the responses in the submitted reports and prepare an information paper summarizing the results. Provide other documentation as requested. Audit Program: The contractor shall: Review agency information including files and databases on audit candidates identified by the agency and provide summary reports on background, issues and status of each candidate. Prepare scopes of work and solicitation packages to obtain the services of audits. Prepare monthly reports on the status of each audit, and update the audit database accordingly. Review the audit files of the agency and, working with the agency NARA specialist, determine the disposition of aged agency files and papers. Organize and document the organization of the agency audit files. Provide other documentation as requested. De-obligation 2004: The contractor shall: Develop and keep update a spreadsheet of projects that are reaching the end of the availability of funds. Review the status of grant terminations and de-obligations with staff, databases, and files, and prepare monthly status reports. Provide other documentation as requested. INSPECTION AND ACCEPTANCE. The Agency?s Grants Administrator has been designated as the Contracting Officer?s Technical Representative (COTR) for this requirement. All services are subject to the COTR?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 within one month after the effective date of award and completion is expected within six months from that date. Performance of this contract shall be approximately 40 hours/week at USTDA?s Office, Arlington, VA, or off-site for specific assignments with approval of the COTR. SPECIAL CONTRACT REQUIREMENTS: This solicitation includes the following additional contract requirements and terms and conditions- SECURITY REQUIREMENTS: Contractor personnel shall meet the eligibility requirements for a Secret security clearance if the contractor is a sole proprietorship. If the contractor is other than a sole proprietorship, then contractor personnel shall possess a security clearance of at least the secret level. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide office space, computer systems (hardware and software), information technology services (local area network access and electronic mail), local and long distance telephone service, maintenance services for office equipment, and office supplies to meet the requirements of this contract for official business. MINIMUM PERSONNEL REQUIREMENTS: The contractor shall provide personnel under this contract which meet or exceed the following minimum qualifications: BA or advanced degree; two or more years experience relating to project analysis; grants management; contracting; experience with computers and database software; good interpersonal skills; excellent oral and written communication skills; eligible for a Secret security clearance; and U. S. citizenship. CONTRACT CLAUSES: The Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-11. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items (available at www.arnet.gov), applies to this acquisition. The following additional clauses are included: 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: The Provision at Federal Acquisition Regulation 52.212-1, Instructions to Offerors-Commercial (available at www.tda.gov), applies to this acquisition with the following addition: The contractor shall submit a Technical Proposal that contains the following information: (1) a narrative, not-to-exceed four pages, that summarizes why the contractor is interested in the contract, is well suited to perform the contract scope of work, and how the person proposed satisfies the minimum personnel requirements; (2) a resume for the individual proposed; (3) a recent writing sample of six pages or less from the individual proposed; and (4) the offeror shall describe its experience on three directly related or similar contracts or projects currently in progress or held within the last three years, which are of similar scope, magnitude and complexity to that which is detailed in this solicitation. Include contract number, contract description, contracting agency, type of contract, period of performance, total contract value, and contracting officer and COTR phone numbers and email addresses. If you do not have any company or individual past performance history, please explain. In addition, the contractor shall provide a separate Business/Cost proposal that contains (1) the information in Federal Acquisition Regulation (FAR) 52.212-1(b) (available at www.tda.gov under Definitional Mission solicitation documents); (2) a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (available at www.tda.gov); and the proposed hourly rate. The hourly rate proposed shall include direct labor, indirect costs, other direct costs (including travel) and profit. In addition, the offeror shall affirm that the offeror is a U. S. Firm. A U. S. Firm is a privately owned firm, which is incorporated in the U. S. with its principal place of business in the U. S. and which is either more than 50 percent owned by U. S. individuals, or has been incorporated in the U. S. for more than 3 years, has performed similar services in the U. S. for that 3 year period; employs U. S. citizens in more than half its permanent full-time positions in the U. S. and has the existing capability in the U. S. to perform the work in question. EVALUATION FACTORS FOR AWARD: FAR 52.212-2, Evaluation, Commercial Items (available at www.arnet.gov under FAR), is being used to evaluate all offers. All evaluation factors, other than cost or price, when combined, are equally important to cost or price. (1) Technical Expertise (offeror?s education; relevant management analysis experience, computer and communications skills/capabilities; and past performance on similar work). (2) Price/Cost.
 
Place of Performance
Address: Arlington, VA
Zip Code: 22209
 
Record
SN00579075-W 20040505/040503212417 (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.