Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
SOLICITATION NOTICE

R -- Definitional Mission Project in Aviation Sector in Morocco

Notice Date
6/10/2007
 
Notice Type
Solicitation Notice
 
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, UNITED STATES
 
ZIP Code
22209-3901
 
Solicitation Number
RFQ-CO2007210005
 
Response Due
6/28/2007
 
Point of Contact
Lynda Kindrick, Contracts Specialist, Phone 703-875-4357, Fax 703-875-4009, - Richard Sallee, Contracting Officer, Phone 703-875-4357, Fax 703-875-4009,
 
E-Mail Address
lkindrick@ustda.gov, rsallee@ustda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS/SOLICITATION: Solicitation Number: RFQ-CO2007210005 Definitional Mission Aviation Sector Project in Morocco for the Middle East/North Africa/South Asia Region 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. The Government?s estimate for this procurement does not exceed $35,000. The Government contemplates award of a firm fixed price contract. Proposals submitted by email or by facsimile will not 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@ustda.gov, telephone calls will not be accepted. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: Please see the FEDBIZOPS Attachment to this solicitation. Description of services to be rendered is provided in the attached SF 1449, Solicitation/Contract/Order for Commercial Items Form. The attached SF1449 provides all available information for solicitation/evaluation and resulting award. Vendors are required to complete Block 17a. Contractor/Offeror using their Legal Business Name. Vendors are reminded that failing to be properly enrolled I the Central Contractor Registration (CCR) System, On-Line Representation and Certification (ORCA) System, providing accurate Data Universal Numbering System (DUNS)/Tax Identification Number (TIN) information in block 20 of the SF 1449 or have failed to sign 30a, 30b, and 30c of the SF 1449 shall be excluded from award. DELIVERIES OR PERFORMANCE: The performance of this contract shall start immediately after the effective date of award. The Contractor shall submit all deliverables under this Contract to the Contracting Officer's Technical Representative (COTR) on or about December 1, 2007. The Period of Performance for this Contract shall be one year from the date of the Contracting Officer's signature on the Contract. Performance of this contract shall be at 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 FOLLOW-ON (INELIGIBILITY). The Contractor and its subcontractors shall be ineligible to compete for, as a prime or subcontractor or otherwise, USTDA funded activities that result from this contract. USTDA reserves the right to grant a waiver, based upon FAR 9.503, if preclusion of the contractor or its subcontractors from the follow-on activity would not be in the Government?s interest. This restriction shall remain in effect for three years from the completion of this contract. The contractor agrees to include this provision in all subcontracts to this contract. Contractor Insurance. 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-00-98-00106-00 with Fidelity and Casualty of New York through its agent: Rutherfoord International, 5500 Cherokee Avenue, Suite 300, Alexandria, VA 22312-2321, phone (703) 813-6506; facsimile (703) 354-0370; email to dianeproctor@rutherfoord.com. The current rate is $2.15 per $100 of employee salary during the time spent out of the country. The contractor agrees to insert the defense base act insurance requirements in all subcontracts under the contract. 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). 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 admin@medexassist.com. The contractor agrees to insert the defense base and medical evacuation insurance requirements in all subcontracts under the contract. Applications may be taken by telephone or facsimile or printed from their website at www.medexassist.com and coverage can be effective the same day. Contractors pay Medex directly. CONTRACT CLAUSES: The Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-16, March 22, 2007. INSTRUCTIONS/CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS: The Provision at Federal Acquisition Regulation 52.212-1, Instructions to Offerors-Commercial (available at www.ustda.gov under DM Solicitation forms), applies to this acquisition with the following addition: The contractor shall submit two (2) copies of a Technical Proposal, not exceeding 25 pages, that documents their Technical/Financial Expertise and Definitional Mission Strategy/Approach (as outlined below in the evaluation factors for award), resumes for proposed key employees (not included in 25 page count), and reference information for at least one but not more than three clients for similar work in the last three years (not included in 25 page count). In addition, the contractor shall provide two (copies) of a separate Business/Cost proposal that contains the information in Federal Acquisition Regulation (FAR) 52.212-1(b) (available at www.ustda.gov); a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (available at www.ustda.gov); completed Contractor Employee Biographical Data Sheets for proposed DM FINAL VERSION, November 2006 key personnel (available at www.ustda.gov), and a completed Contractor Price Quotation Breakdown (available at www.ustda.gov). EVALUATION FACTORS FOR AWARD: FAR 52.212-2, Evaluation, Commercial Items (available at www.acquisition.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. (1) Relevant technical experience and skills/capabilities in the sector, and knowledge of the country, region, and/or project; (2) Experience with relevant financing mechanism(s); (3) Approach to work and proposed performance milestones based upon an understanding of USTDA's program objectives; (3) [equal weight] Discussion of potential project or sector-related issues, risks, or problem areas that may need to be identified, analyzed, investigated, or resolved; (5) Past Performance (Quality and Timeliness); (6) Relevant experience in identification, evaluation, and business development of international projects (including preparation of budgets and terms of reference for technical assistance and feasibility studies); (7) Discussion and strategy for evaluating U.S. export potential and competitiveness; (7) [equal weight] Discussion and strategy for evaluating economic and financial viability of the project; (9) Knowledge of industry and relevant sector contacts; (9) [equal weight] Quality, succinctness, and presentation of proposal, and; (11) Relevant foreign language skills. DM FINAL VERSION, November 2006 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-AUG-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/TDA/TDACO/TDACO/RFQ-CO2007210005/listing.html)
 
Place of Performance
Address: HEADQUARTERS, UNITED STATES TRADE AND DEVELOPMENT AGENCY (USTDA) 1000 WILSON BOULEVARD SUITE 1600 ARLINGTON, VIRGINIA
Zip Code: 22209-3901
Country: UNITED STATES
 
Record
SN01377284-F 20070819/070817230014 (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.