Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2004 FBO #1061
SOLICITATION NOTICE

R -- ON-SITE ADVISORY SUPPORT SERVICE

Notice Date
10/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support 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-05-R-21-003
 
Response Due
11/10/2004
 
Archive Date
11/25/2004
 
Description
SOLICITATION: USTDA-05-R-21-003 Advisory Assistance Services for the Middle East/North Africa/South Asia Region by an individual 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 4:00 p.m., Eastern Time on November 10, 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 561990. Award is limited to U. S. citizens or non-U. S. citizens lawfully admitted for permanent residence in the United States. The Government?s estimate for this procurement does not exceed $25,000. The Government contemplates award of a labor hour contract. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Proposals submitted by email to contract@tda.gov or by facsimile (703-875-4009) will be accepted. All contractors must be registered in 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 The U.S. Trade and Development Agency (USTDA) has a need for contractor support in its Middle East/North Africa/South Asia (ME/NA/SA) region. The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lease see the FEDBIZOPS modification to this solicitation. INSPECTION AND ACCEPTANCE. Doug Shuster 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 two weeks after the effective date of award and completion is expected within six months from that date. Performance of this contract shall be ON-SITE in 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 Travel and Insurance. If travel is required, expenses to be incurred will be paid by the Agency under a separate travel account. DEFENSE BASE ACT 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 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. MEDICAL EVACUATION INSURANCE. 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. CONTRACT CLAUSES: The Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-11. The clause at 52.212-5, Contract Terms and Conditions--Commercial Items (available at www.arnet.gov), 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: The Provision at Federal Acquisition Regulation 52.212-1, Instructions to Offerors-Commercial (available at www.tda.gov under DM Solicitation forms), applies to this acquisition with the following addition: Presentation of technical merit: The offeror will submit a document that describes her/his prior work experience, foreign language skills, computer skills. This information should be in the form of a personal statement that describes the candidate?s qualifications for this work and that clearly explains how her/his education and/or work experience is relevant to this assignment. This statement will be used by USTDA to evaluate writing and analytical ability as well as interest in the position. Be sure to discuss any education, experience or qualifications in international trade issues related to The Middle East, North Africa, and/or South Asia. Also, discuss your availability/timeframe to start to work. Presentation of technical merit should not exceed (3) pages. In addition, the contractor shall provide a completed Contractor Employee Biographical Data Sheet, (available at www.tda.gov). A signed SF 33 is no longer required to be submitted with your proposal. EVALUATION FACTORS FOR AWARD: FAR 52.212-2, Evaluation, Commercial Items (available at www.arnet.gov under FAR), 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. Relevant Education and Experience ? 50 Points Presentation of how education and prior experience relates to the scope of work as outlined in Section C. The proposed contractor will be evaluated on the breadth and depth of his/her education and/or experience in performing work similar to that as outlined in this solicitation and availability to complete the assignment in a timely manner. Communication Skills ? Narrative/Personal Statement ? 30 Points The personal statement shall be used by USTDA to evaluate writing and analytical abilities. Computer Skills ? 15 Points Describe your knowledge and ability related to computer skills. Language Skills ? 5 Points Describe your proficiency in foreign language or languages related to the subject region. (1) Price/Cost.
 
Place of Performance
Address: USTDA, 1000 WILSON BOULEVARD, SUITE 1600, ARLINGTON, VA
Zip Code: 22209
Country: USA
 
Record
SN00696968-W 20041022/041020212300 (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.