Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
MODIFICATION

R -- English as a Second Language ? Computer Based Learning (E-CBL)

Notice Date
7/3/2006
 
Notice Type
Modification
 
NAICS
611630 — Language Schools
 
Contracting Office
Agency for International Development, Overseas Missions, India USAID-New Delhi, Dept. of State, Washington, DC, 20521-9000
 
ZIP Code
20521-9000
 
Solicitation Number
386-R-00-06-00015-00
 
Response Due
7/14/2006
 
Point of Contact
Naveen Srivastava, Acquisition & Assistance Specialist, Phone 91-11-2419-8547, Fax 91-11-2419-8390, - Marcus Johnson, Regional Contracting Officer, Phone 91-112-4198796, Fax 91-112-4198454,
 
E-Mail Address
nsrivastava@usaid.gov, marcusjohnson@usaid.gov
 
Description
1. Preparation and Submission of Proposals (a) Electronic Responses are required for this solicitation. The Offeror must submit the proposal via internet email with up to 5 attachments (5MB limit) per email. Acceptable native file formats are Microsoft Office Suite applications (.DOC, .XLS, .MDB) or Adobe Acrobat (.PDF) (b) Please submit your proposals to the e-mail address below by 1200 AM on India Standard Time (GMT+ 05:30), July 14, 2006. Receipt by this address will constitute timely receipt for this RFP with the clarification that all or any submission must be received by USAID/India's mail server before solicitation closing. You may request a confirming and/or read receipt if your email client supports this functionality. (c) The email address for the receipt of proposals is: indiarco@usaid.gov (d) Offerors are reminded that e-mail is NOT instantaneous, in some cases delays of several hours occur from transmission to receipt. For this RFP the initial point of entry to the government infrastructure is USAID/lnda's mail server. Offerors are strongly encouraged to review FAR 15.208. (e) Hand delivered proposals {including commercial courier} and Facsimile transmissions will not be accepted. (f) The solicitation response, Technical Proposal and Cost Proposal. must be submitted as separate documents. Technical Proposals must not make reference to pricing data in order that the technical evaluation may be made on the basis of technical merit. (g) The US Government is not obligated to make an award or to pay for any costs incurred by the Offeror in preparation of a proposal in response hereto. (h) Questions regarding this RFP may be submitted via internet e-mail to indiarco@usaid.gov. 2. Content and Construct of the Technical Proposal (a) The Technical Proposal in response to this solicitation will address how the Offeror intends to carry out the Statement of Work (SOW). Its form and content should demonstrate a clear understanding of the work to be undertaken and the responsibilities of all parties involved. The technical proposal should be organized by the technical evaluation factors listed in E.2 Evaluation - Commercial Items and clearly indicate how offeror will allocate and manage it?s resources to meet the requirements in the SOW. Past performance references required by this section shall be included in the technical proposal. (b) The Technical Proposal is limited to twenty-five (25) pages Only the first twenty-five (25) pages of the Technical Proposal as submitted will be evaluated. These pages will be counted from the starting page until page 25 is reached. Items such as cover letters, table of contents, dividers, blank pages, graphs, charts, and attachments should be used with discretion. Attach, if desired, resumes or qualifications of proposed personnel as an appendix to the proposal which will not be counted. (c) Format for the Technical Proposal The Technical Proposal should be in a font size of no less than 10 pitch. Graphics may be in a form and format of the Offerors choice. Offerors are reminded that the Evaluators have to be able to read the proposals, so presentation and legibility are important factors. Please be careful especially in reducing tables or charts to the point that they are not readable. Each page should be sequentially numbered. (d) The technical proposal should at a minimum, include the following: Brief resume or CV for each Key Personnel A Management Plan for performing work including a statement of the Offeror's technical approach to achieving the stipulated performance including the transitions period and logistical planning. A listing of references who can attest to the satisfactory performance of the Contractor in similar work. Offerors should submit a brief description of relevant past performance and Small Business participation if Offeror is not a Small Business. These must address topics such as quality of the work, timeliness business relationships, and customer satisfaction. (e) Instructions Regarding Key Personnel The contract proposed by this solicitation designates certain positions as key, and the quality of key personnel proposed will be evaluated. The Offeror must include as part of its proposal a statement signed by each person proposed for a key position confirming their present intention to serve in the stated position and their present availability to serve for the term of the proposed contract. (f) Instructions for the Preparation of the Price Proposal No page limit has been established for the Price Proposal. Additionally the Price Proposal should include: (1) A narrative for each contract line items (CLIN) containing no sub contract line item (SUBCLIN)or, for each sub contract line item of a contract line item. For each CLIN or SUBCLIN narrative explain your assumptions for the units of manpower or material and the price per unit, to arrive at your offered price. For intellectual property explain your assumptions and identify the unit price for each property to arrive at your offered price. (2) Provide the total travel budget and the price for each segment of air travel (identify the segment origin and destination) (3) Provide the total budget price for subsistence, lodging, and miscellaneous expense allowance. (4) If the contractor is a joint venture or partnership, inlude a copy of the agreement between the parties to the joint venture/partnership, (5) Signed representations and certifications, as may be set forth elsewhere in this solicitation for the prime and subcontractors. (6) Completed Certificate of Current Cost or Pricing Data for itself and each subcontractor, if the subcontract will exceed $500,000 (as applicable). (g) Instructions for Submission of Price Annotate unit and extended prices at B.1 -Schedule of Services and Price (h) Evaluation of Proposals General. To be acceptable and eligible for evaluation, proposals must be prepared in compliance with the instructions in the solicitation. The Government may reject any proposal that fails to comply with the solicitation instructions or includes an unacceptable technical proposal. Award of the contract will be made to the technically acceptable, responsible offeror with the Best Value. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the Offeror's best terms from a price and technical standpoint. Prices. Offerors shall propose fixed rates/prices for all line items identified in Section B that require rates/prices. Proposals that do not include such rates/prices for base and option years (as applicable) cannot be evaluated and will be rejected.
 
Place of Performance
Address: Various named locales of Sri Lanka
Zip Code: 00300
Country: Sri Lanka
 
Record
SN01082127-W 20060705/060703220014 (fbodaily.com)
 
Source
FedBizOpps 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.