Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
MODIFICATION

R -- Oil and Gas International Legal Advisor

Notice Date
11/2/2006
 
Notice Type
Modification
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230, UNITED STATES
 
ZIP Code
20230
 
Solicitation Number
SA13017RQ0004
 
Response Due
11/20/2006
 
Archive Date
12/5/2006
 
Point of Contact
Wendy Clare, Contracting Specialist, Phone 202-482-5338, Fax 202-482-4988, - Lottie Plater, Contracting Officer, Phone 202-482-3552, Fax 202-482-4988,
 
E-Mail Address
wclare@doc.gov, lplater@doc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is SA13017RQ0004 for "Secretariat to Oil and Gas Legal Expert Committee". Place of Performance will be the Arabian Gulf. The solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The full text of clauses referenced herein may be accessed electronically at http://www.acqnet.gov/far/. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR, and the test program authorized in FAR 13.5 for acquisitions of commercial items not in excess of $10 Million. This acquisition is set aside 100% for small businesses. The NAICS code is 541110 and the associated small business size standard is $6.5M. The Government shall award one fixed price task order type contract as a result of this RFQ. All interested Offerors shall provide a quote for the following line items: BASE PERIOD- Effective Date of Award through 10/30/2007: CLIN (Contract Line Item Number) 0001 Task 1 ? Coordination of Translation; CLIN 0002 Task 2 ? Conceptualization of Activities; CLIN 0003 ? Task 3 ? Facilitation of Interagency Communications. OPTION PERIOD I - October 31, 2007 through September 30, 2008: CLIN 1001 - Task 1 ? Coordination of Translation; CLIN 1002 - Task 2 ? Conceptualization of Activities; CLIN 1003 ? Task 3 ? Facilitation of Interagency Communications. . OPTION PERIOD II - October 1, 2008 through September 30, 2009: CLIN 2001 Task 1 ? Coordination of Translation; CLIN 2002 Task 2 ? Conceptualization of Activities; CLIN 2003 ? Task 3 ? Facilitation of Interagency Communications. . During the period specified in the ORDERING clause (FAR 52.216-18), the Government shall place orders totaling a minimum of 1600 hrs and a maximum of 1840 hrs of contract support in the leadership of a committee of experts and the production of expert opinions in an effort to support the creation of a legal and tax environment conducive to domestic and foreign investment in Iraq?s key economic sectors, starting with the mineral resources sector. The United States Department of Commerce (DOC) requires expertise to help define, implement and evaluate a program of technical assistance conducted in close coordination with several other USG agencies. The objective of this program is to help contribute to the creation of a legal and tax environment conducive to domestic and foreign investment in Iraqs key economic sectors, starting with the mineral resources sector. DOCs technical assistance arm, the Commercial Law Development Program (CLDP) will manage the program and share expertise with other USG agencies. As detailed in task orders, the Contractor shall provide to CLDP support in providing expertise to DOC, to other USG agencies, or to Iraqi authorities on creating a legal and tax environment conducive to domestic and foreign investment in Iraqs oil and gas sector. The contractor will serve as Secretariat to ILSAG. Task 1 ? Coordination of Translation: Organize the translation into English, and the reproduction of documents received in Arabic by ILSAG, and organize the translation into Arabic, and the reproduction of documents prepared by ILSAG in English. Task 2 ? Conceptualization of Activities: Develop and organize workshops or seminars in the Gulf, in support of ILSAG?s work. Task 3 ? Facilitation of Interagency Communication: Act as a liaison between CLDP and key stakeholders in Iraq (such as Iraq?s Ministry of Oil, or the oil authorities in Kurdistan). Contractor may be required to perform other tasks similar in size, nature, and/ or scope to the tasks enumerated above. The Contractor shall furnish personnel with the following qualifications and experience that address the below technical factors in order for this contract to be awarded. Factor A ? Background and Expertise - Contractor shall provide a brief capability statement addressing each criterion listed below (statement should not exceed two pages). 1) Degree from law school. 2) Oral and written fluency in English and Arabic. 3) Extensive knowledge of business culture in countries of the Arabic Gulf, gained through at least 5 years of residence in the Gulf. Facto B - Experience - Contractor shall provide a brief capability statement addressing each criterion listed below (statement should not exceed two pages). 1) Successful experience working in the USA for a U.S. government agency or for an international organization. 2) Successful experience in development law or in implementing development programs. Vendor must be actively registered in the Central Contractor?s Registration (CCR), in accordance with 52.204-7. The Contractor shall provide the deliverables identified in each task order issued by the Contracting Officer. All documents shall be submitted in draft form. The Government will have three (3) business days from correction of deficiencies to determine acceptability of all draft and final deliverables. All deliverables shall be presented in a consistent style and format. Each deliverable shall be presented in hard copy and electronically in Microsoft Word or suitable MS application. The hard copy format for all Final deliverables shall include an unbound original and two copies unless specified otherwise. The Government will provide to the contractor specific submission instructions, including addresses and distribution control of draft or final reports in each task order. The contractor shall submit a monthly billing invoices/statement. The invoice shall include all services completed for the month. One (1) original of each invoice shall be submitted on an SF-1034 Public Voucher for Purchases and Services Other Than Personal. The contractor shall provide an original invoice for payment to the Department of Commerce National Industry of Science and Technology (NIST) Accounts Payable Office at: NIST Accounts Payable Office, Bldg 101, Room A-836 MS, 1621; 100 Bureau Drive; Gaithersburg MD, 20899. Telephone: (301) 975-2261; Fax: (301) 975-8283; Email: invoice@nist.gov. NIST will forward the invoice and a payment authorization form (NIST) 162 Form or other document/voucher authorizing Government payment) to the COR or COTR. The COR/COTR will return the invoice and the signed payment authorization form to NIST for payment. The Contractor will be required to perform the above requirements at the following locations: (1) The Arabian Gulf. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In accordance with FAR 52.212-1, Offerors must show the solicitation number, the time specified in the solicitation for receipt of offers, the name, address, and telephone number of the Offeror, a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements, price, remit to address, if different than mailing address. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government anticipates making multiple awards under this solicitation. However, DOC is under no obligation to make more than one award, in fact, may not make any award under this solicitation. Any award(s) is subject to the availability of funds. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. The evaluation factors are: (1) Technical Performance/Resume(s) (2) Past Performance, provide at lease three projects within the last 3 years that display the Offerors technical experience, capabilities and analytical skills in the area of oil and gas development programs in developing countries, and major projects management. (3) Price. Factor (1) and (2) are significantly collectively more important than Factors (3) Price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Arp 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Other clauses included are FAR 52.216-18, Ordering (Oct 1995), FAR 52.217-9, Option to extend the Term of the Contract (Mar 2000) and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer (Dec 1996) (which can be found at http://oamweb.osec.doc.gov/CAPPS_car.html). To be responsive to this RFQ, Offerors are required to submit the following information by the date and time specified for receipt of offers: (1) Resume(s), not to exceed 3 pages demonstrating the Expert Adviser(s) capabilities that will provide the services and resultant reports, (2) Past Experience, provide three references and shall not exceed 1 page per reference and shall include a brief description of the requirements for which the Offeror has performed similar assessments. Include the company/agency name, Point of contact, telephone number; fax number and e-mail address, contract data including the contract number, dollar value, and period of performance of the effort, (3) a firm fixed unit price for each CLIN including optional CLINs. The Government contemplates award of a Requirements Contract (FAR 52.216-21) resulting form this RFQ. The Offeror shall provide a firm fixed unit price under each CLIN. In addition to the immediate requirement described in this RFQ, the OS may order additional expert advisory services by issuance of task orders in accordance with FAR 52.216-18. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. Offerors shall submit (3) electronic proposals on CD-ROM, with three (3) original paper copies of its offer to U.S. Department of Commerce, CAS, OS Business Solutions Team, Sol: SA13017RQ0001, 14th & Constitution Ave. N.W., Room 6520, Washington, DC 20230, Attn: Wendy M. Clare. The closing date for receipt of proposals is 12:00 PM local time, November 20, 2006. FAX and EMAIL SUBMISSIONS SHALL NOT BE ACCEPTED. Question regarding this acquisition should be forwarded to Wendy M. Clare: 202-482-5338, email wclare@doc.gov. This Solicitation shall not be construed as a commitment of any kind. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-NOV-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/OS/OAM-OSBS/SA13017RQ0004/listing.html)
 
Place of Performance
Address: The Arabian Gulf - Contact Address is: CLDP Department of Commerce Ronald Reagan Building Suite M800A 14th Street and Constitution Ave, NW Washington DC
Zip Code: 20230
Country: UNITED STATES
 
Record
SN01175576-F 20061104/061102223445 (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.