Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
MODIFICATION

R -- South Asia Regional: (Briefing Book) for a Technical Symposium for Transportation and Trade Facilitation Conference

Notice Date
5/17/2005
 
Notice Type
Modification
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
United States Trade and Development Agency, USTDA Contracts Office, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, VA, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
USTDA-05-Q-21-204
 
Response Due
6/9/2005
 
Archive Date
6/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
SECTION G - CONTRACT ADMINISTRATION DATA G.1 Agency Chief Contracting Officer (ACCO) Contract Administration Office: U.S. Trade and Development Agency 1000 Wilson Boulevard Suite 1600 Arlington, VA 22209-3901 The Agency Chief Contracting Officer is the only individual authorized to negotiate, commit, obligate, award or terminate the contract under the auspices of the U.S. Government and USTDA. G.2 Cognizant USTDA Contracting Office Technical Representative (COTR) G.2.1 The COTR is Marian Bassett. DO NOT CALL THE COTR AFTER YOUR PROPOSAL SUBMISSION TO ASK ABOUT THE STATUS OF THE DECISION. The COTR is not permitted to answer questions while a decision is pending. All questions post-submission must be made in writing to the USTDA Contracting Office (See Section G.1). The COTR responsibilities are described in Section H. G.2.2 The COTR is not authorized to request that the Contractor stop, cancel, or terminate the work in any form (written or verbal), but can provide a recommendation to the ACCO regarding a project?s status or needs. G.3 Payment Office Finance Office U.S. Trade and Development Agency 1000 Wilson Boulevard Suite 1600 Arlington, VA 22209-3901 G.4 Contract Funds Data Funds for this contract are chargeable as follows: Appropriation No.: Contract No.: USTDA Object Code: Obligation No. Activity No.: Obligated Amount: Total Firm Fixed Price: G.5 Contractor Tax ID: G.6 Contractor DUNS: Vendors must also obtain a valid Dun and Bradstreet Number (D&B) from Dun & Bradstreet at http://www.dnb.com/ or by telephone at 800-333-0505. G.7 Contractor's Method of Payment Payments shall be made to the Contractor by electronic funds transfer (ETF), once an ACH form is on file in USTDA?s Finance system. ACH forms are required to be submitted before an ETF transaction can be accomplished. An ACH form will be supplied to the Contractor upon first contract award with USTDA or whenever requested by the Contractor to make banking information changes, until the Central Contractor Registration database is officially effective October 1, 2003. G.8 Contractor?s Responsibility It is expressly understood that the Contractor is completely responsible for compliance with the provisions of this Contract and any review of the Contractor?s effort and progress or approvals given by USTDA do not relieve the Contractor of this responsibility. G.9 Contractor?s Invoices The Contractor?s invoices shall include the following: Project Title Invoice Date Invoice Amount Contractor Invoice No. Appropriation No. Contract No.: USTDA Object Code: Obligation No. Activity or Project No. Obligated Amount: $ Total Firm Fixed Price: $ Cumulative Total Invoiced To-Date: G.10 Status Reviews/Contractor Progress The COTR shall conduct regular, informal briefing reviews with the Contractor to monitor progress, if deemed necessary, by the COTR. To accomplish this review, the COTR and Contractor shall maintain an active dialogue, (by phone, by email, or in person), regarding the contract status and relevant issues. The objective of these reviews is to monitor Contractor performance, to provide guidance, and to identify potential problems in sufficient time to permit corrective action. G.11 Contractor Follow-On (Ineligibility) This contract calls for the Contractor to provide important evaluation services in connection with the proposed project(s). It is essential that such evaluation be conducted with complete impartiality and objectivity and that the Contractor and its Subcontractors not obtain an unfair competitive advantage in USTDA-funded activities resulting from this contract. G.13 Contractor Insurance Prior to departure to the host country, the Contractor shall obtain required insurance. Proof of required insurance shall be submitted with the initial invoice. G.14 Defense Base Act Insurance Pursuant to the contract clause entitled ?Workers? Compensation Insurance (Defense Base Act)? (FAR 52.228-3 APR 1984), the Contractor is required to have DBA coverage for its employees performing work overseas. The Contractor agrees to procure this insurance pursuant to the terms of the contract between U.S. Agency for International Development (USAID) and USAID?s insurance carrier unless the Contractor has a DBA 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 placed in accordance with USAID Contract HNE-Q-00-98-0163-00 with Fidelity and Casualty of New York through its Agent: Rutherfoord International, 500 Cherokee Avenue, Suite 300, Alexandria, VA 22312 (703) 354-1616 or (800) 274-0268; Facsimile (703) 354-0370; Contact Diane Proctor, Email: dproctor@rutherfoord.com. The current rate in effect is $1.44 per $100 of employee salary during the time spent out of the country. The Contractor agrees to insert in all subcontracts hereunder to which the DBA requirement is applicable, a clause similar to this clause, including this sentence, imposing on all subcontractors a like requirement to provide overseas workers? compensation insurance coverage and obtain medical evacuation insurance coverage under the USAID contract. G.15 Medical Evacuation Insurance USTDA requires all contractor personnel working outside the United States to have medical evacuation insurance. This insurance must be obtained from Medex Assistance Corporation (MEDEX), pursuant to its Contract No.HNE-Q-00-98-00106-00 with the United States Agency for International Development. Applications for coverage may be requested by writing to MEDEX Assistance Corporation, P.O. Box 19056, Baltimore, MD 21284; by calling (800) 537-2029, or (410) 453-6300, by faxing (410) 453-6301; or by e-mailing to operations@medexassist.com to the attention of Diana Winslow or www.medexassist.com. Applications may be taken by telephone or fax, and coverage can be effective the same day. The Contractor agrees to insert in all subcontracts hereunder to which the Medex requirement is applicable, a clause similar to this clause, including this sentence, imposing on all subcontractors a like requirement to provide overseas workers? compensation insurance coverage and obtain medical evacuation insurance coverage under the USAID contract. END OF SECTION G SECTION H- SPECIAL CONTRACT REQUIREMENTS H.1 Technical Direction Performance of the work hereunder shall be subject to the technical direction of the designated COTR (See Section G.2). As used herein, "technical direction" is direction to the Contractor, which fills in details, suggests possible lines of inquiry, or otherwise completes the general scope of work. Technical Direction must be within the terms of this contract, and shall not change or modify them in any way. H.2 Special Acquisition Requirements H.2.1 The Contractor rendering these non-personal services is not subject, either by the contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. H.2.2 Under the terms of this contract, there is no apparent or implied authority, which allows the Contractor to bind the Government on any matter encountered in the course of performance of tasks required under the contract. H.2.3 During the implementation of this contract, the functions being performed shall not be changed or expanded to become inherently governmental. H.2.4 All Contractor personnel attending meetings, answering government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials, unless, in the judgment of USTDA, no harm can come from failing to identify themselves. Contractors must also ensure that all documents or reports produced are suitably marked as contractor products or that Contractor participation is appropriately disclosed. H.3 Modification Authority ? FAR Clause 52.243-3 (SEP 2000) H.3.1 Changes and modifications to this contract may only be accomplished by the Contracting Officer. H.3.2 Notwithstanding any of the other clauses of this contract, the Contracting Officer shall be the only individual authorized to: H.3.2.1 Accept non-conforming work; H.3.2.2 Waive any requirement of this contract; or H.3.2.3 Modify any term or condition of this contract. H.4 Compliance with Laws The Contractor agrees to comply with all federal, state, and local laws, as well as any Host Country laws and regulations. H.5 Contract Interpretation H.5.1 It shall be the obligation of the Contractor to exercise due diligence to discover and to bring to the attention of USTDA, at the earliest possible time, any ambiguities, discrepancies, inconsistencies, or conflicts in or between any of the technical or contractual provisions hereof. H.5.2 Any ambiguity, discrepancy, inconsistency or conflict in or between any of the technical or contractual provision hereof shall be resolved by USTDA, applying the most reasonable interpretation under the circumstances, giving all full consideration to the intentions of the parties at the time of contracting. H.6 Taxes Unless otherwise provided herein, the price of the services includes all applicable federal, state, and local taxes. USTDA shall provide Form 1099 annually. The Contractor has full responsibility for filing and maintaining tax records. H.7 Security The Contractor shall comply with all pertinent USTDA security regulations or clearance procedures while on Government property in the U.S. and overseas. H.8 Trademark and Copyright Contractor agrees to defend and hold harmless USTDA, from all loss or damage by reason of any and all actions or proceedings charging infringement of any patent, trademark or copyright by reason of sale or use of any services furnished hereunder by the Contractor. The Contractor agrees to indemnify and hold USTDA harmless from all loss, costs or damages arising out of the negligent acts and/or omissions of the Contractor. H.9 Independent Contractor In conduct of the work hereunder, the Contractor is acting in the capacity of an independent contractor and is not an agent or employee of USTDA. USTDA, however, shall have the right to give general direction of the work and the right to specify the work scope procedures within the limitations of the activity and requirements hereof. H.10 USTDA Furnished Property If USTDA property is furnished to the Contractor at any time during the term of the contract, the Contractor assumes the risk of and shall be responsible for any loss thereof or damage thereto. The Contractor shall return such property to USTDA in the condition in which it was received except for reasonable wear. H.11 Central Contractor Registration H.11.1 The Office of Management and Budget has instructed all federal agencies to adopt the use of the Central Contractor Registration system as a single, government-wide system for storing contractor procurement and payment information. The CCR was developed by the Department of Defense and has been in use since 1998. H.11.2 Effective October 1, 2003, a vendor must be registered in the CCR in order to receive contracts and purchase orders from most federal agencies, including USTDA. By having all Federal Agencies use CCR, vendors will no longer need to submit Standard Form 129, Solicitation Mailing List Applications, to each agency. Vendors will no longer need to submit Electronic Funds Transfer (ETF) information to each agency. H.11.3 CCR is a self-service database. Vendors register themselves and maintain their own information through the CCR site. H.11.4 Vendors may register on CCR at http://www.ccr.gov. H.11.5 In the coming months, there will be changes proposed to the Federal Acquisition Regulation to implement this requirement. Once a proposed rulemaking is issued, it will be posted for public comment at this location: http://www.arnet.gov/far/proposedrules END OF SECTION H PART III ? LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS SECTION J ? LIST OF ATTACHMENTS J.1 CONTRACTOR EMPLOYEE BIOGRAPHICAL DATA SHEET (ATTACHMENT 1) A Contractor Biographical Data Sheet is attached as Attachment 1 to this solicitation. Use of this form is prescribed in Section L of this solicitation. This form shall be used as part of the cost/business proposal and for all nominated individuals who will perform directly under the contract. The Offeror shall reproduce additional copies as necessary. J.2 CONTRACTOR PRICE QUOTATION BREAKDOWN (ATTACHMENT 2) The Offeror shall use this form for submission of the cost/business proposal. J.3 BUDGET FORM AND INSTRUCTIONS TO COMPLETE (ATTACHMENT 3) END OF SECTION J ON L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 INSTRUCTIONS TO OFFERORS The Offeror must propose for the entire requirement; proposals for only part of the requirement will not be accepted. L.2 TECHNICAL PROPOSAL - SEND ORIGINAL AND ONE COPY ONLY L.2.1 Information contained in proposals must be documented and not inferred, especially in areas such as proposed personnel to be assigned and original approaches to the project. The proposal submission format shall mirror the evaluation criteria in Sections M.2 and M.3. Offeror responses shall be presented in a manner that mirrors the evaluation criteria outline format. THE TECHNICAL PROPOSAL SHALL NOT EXCEED 25 PAGES. L.2.2 Offeror responses shall be written in English and printed on standard 8 1/2" x 11" paper. Each page should be numbered consecutively. Resumes for individuals proposed to complete substantive portions of the work should be included. L.3 COST/BUSINESS PROPOSAL - SEND ORIGINAL ONLY L.3.1 As part of the cost/business proposal, the Offeror shall submit Standard Form 33 ("Solicitation, Offer and Award"), with Items 12 through 18 completed. L.3.2 The Offeror shall complete a Biographical Data Sheet (Attachment 1) for each person performing work of substance on the project. L.3.3 References. The Offeror shall submit reference information for at least one, but no more than three clients, for whom similar work was performed as described in this Solicitation within the past 3 years. The Offeror shall submit a brief description of work performed for the named client, including information such as: contract number, contract type, period of performance, and contract amount. If there were modifications, extensions, terminations or cancellations, please explain. The submitted data shall include sufficient information for verification purposes, such as contact names, mailing addresses, telephone numbers, facsimile numbers or email addresses. L.3.4 One page maximum for "Price" (sample format sheet provided) must be submitted as part of the cost/business proposal. L.3.5 All certification documents found in Section K must be completed and submitted as part of the cost/business proposal. This procurement is in accordance with Federal Acquisition Regulation Part 15 and 37. TELEGRAPHIC/FACSIMILE PROPOSALS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL FROM THE CONTRACTING OFFICER. L.4 FEDERAL ACQUISITION REGULATION 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from: Della Glenn, Contracting Officer U.S. Trade and Development Agency 1000 Wilson Boulevard, Suite 1600 Arlington, VA 22209-3901 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. L.6 REQUIREMENT FOR PAST PERFORMANCE REFERENCES The Contracting Officer may consider past performance data along with other factors specified herein in determining whether the Offeror is to be considered responsible, as defined in FAR 9.104. END OF SECTION L SECTION M - EVALUATION FACTORS FOR AWARD M.1. EVALUATION OVERVIEW M.1.1 Information relevant to these criteria must be presented in accordance with the instructions in Section L. M.1.2 The criteria have been tailored to the requirements of this particular solicitation. Offerors should note that these criteria: (a) serve as the standard against which all technical proposals will be evaluated; (b) serve to identify the significant matters which Offerors should address in their technical proposals; and (c) will constitute 90% of the total evaluation criteria. M.1.3 The Government may: (1) reject any or all offers if such action is in the public interest; (2) accept other than the lowest offer; and (3) waive informalities and minor irregularities in offers received. The Government may award a contract on the basis of initial offers received, without further discussion or negotiations. M.1.4 Award will be made to that Offeror: (1) whose proposal is technically acceptable; and (2) whose technical/cost relationship is most advantageous to the Government. While cost is secondary to technical, it will be a factor in the award decision. Award may not necessarily be made to that Offeror submitting the lowest cost proposal. Also, award may not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. The Government reserves the right to make cost/technical trade-offs that are in the best interest and to the advantage of the Government. M.1.5 Technical proposal shall constitute 90 percent of the overall score, while cost shall constitute 10 percent of the overall score. The Offeror submitting the lowest cost proposal shall receive 10 points. Each Offeror thereafter, shall be awarded points for cost in descending order, as described in Section M 4. M.1.6 The factors used by the Government in determining the winning proposal are listed in Sections M.2 through M.4 in the order of their relative importance. Quality will be subjectively judged in terms of technical excellence, capability, prior experience or past performance, schedule, and strategy. The Government reserves the right to make selection decisions that are in the best interest and to the advantage of the Government on the basis of factors specified in this Solicitation. M.1.7 Award may be made without further discussion or negotiations. The proposal should be submitted initially in the most favorable terms, from a cost and technical standpoint, which the Offeror can submit to the Government. M.2 EVALUATION CRITERIA ? TECHNICAL EXPERTISE (CATEGORY 1) In determining the best proposal from a technical expertise standpoint, the following factors will be considered: M.2.1 The Offeror?s relevant technical experience and skills/capabilities in the sector; and knowledge of the country, region and/or projects. (20/90) M.2.2 Relevant experience with financing mechanism(s) most likely to be used to implement projects subject to the subject of the Briefing Book. (5/90) M.2.3 Relevant experience in project identification, development or Evaluation of projects for conference Briefing Book.(20/90) M.2.4 Relevant sector contacts, publications or reports, past performance on similar work for USTDA or any other value-added assets. (5/90) M.3 BRIEFING BOOK STRATEGY OR APPROACH (CATEGORY 2) M.3.1 Understanding of USTDA objectives and prospective project(s) in this sector, as demonstrated in Offeror?s Briefing Book strategic approach. (10/90) M.3.2 Offeror?s discussion and strategy for identifying projects and for evaluating economic and financial viability of projects. (10/90) M.3.4 Offeror?s understanding of relevant policy issues and themes to be addressed during the conference. (15/90) M.3.5 Quality, succinctness and presentation of proposal. (5/90) M.4 EVALUATION CRITERIA PRICE/COST EXAMPLE The lowest cost proposal is divided by price of proposal being evaluated, x 10 equals the final price/cost score. The lowest cost proposal will always receive 10 Points as illustrated below: Item Offeror?s Cost Proposal Score 01 $25,000 8 Points 02 $23,450 9 Points 03 $21,200 10 Points (Lowest Price) 01 $21,200 Divided By $25,000 X 10 = 8 Points 02 $21,200 Divided By $23,450 X 10 = 9 Points M.5 POST AWARD BRIEFINGS M.5.1 After receipt of notice of contract award, unsuccessful Offerors have three days to request a debriefing. M.5.2 Debriefings will be provided, to the maximum extent practicable, within five days of the agency's receipt of a request for the debriefing. M.5.3 Debriefings, at a minimum, will include: USTDA?s comments on the Offeror's proposal; the overall cost and technical ranking of the successful Offeror and the overall cost and technical ranking of the Offeror being debriefed; the overall ranking of all offers; and a summary of the rationale for the award. M.5.4 Debriefings will not include point-by-point comparisons of the proposal submitted by an unsuccessful Offeror with the successful Offeror's proposal. END OF SECTION M
 
Place of Performance
Address: Headquarters, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia
Zip Code: 22209-3901
Country: USA
 
Record
SN00809862-W 20050519/050517212810 (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.