Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
DOCUMENT

R -- Definitional Mission: for Regional Sub-Saharan Africa: Aviation and Meteorological Monitoring Activities Project - Modification 2

Notice Date
5/12/2008
 
Notice Type
Modification 2
 
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, Virginia, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
RFQ-CO2008110012
 
Point of Contact
Tyrone W Johnson, Phone: 703-875-4357, Richard R Sallee,, Phone: 703-875-4357
 
E-Mail Address
tjohnson@ustda.gov, rsallee@ustda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS/SOLICITATION: Solicitation Number RFQ-CO2008110012, Definitional Mission to Sub-Saharan Africa Regional: Aviation and Meteorological Monitoring (Tanzania, Ghana, and Nigeria) Activities Sector 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 12:00 p.m., Eastern Time on May 27, 2008 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 $6.5M annual sales under NAICS code 541611. Award is limited to U. S. firms or U. S. individuals. Contractor and U. S. subcontractor employees used shall be either U. S. citizens or non-U. S. citizens lawfully admitted for permanent residence in the United States. Contractor use of subcontractors is limited to less than fifty percent of the proposed price. International transportation and insurance must have their nationality, source and origin in the U. S. Local lodging, food and transportation in the host country are not subject to this restriction. The Government’s estimate for this procurement is $140,000. The Government contemplates award of a firm fixed price contract. Proposals submitted by email or by facsimile 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@ustda.gov, telephone calls will not be accepted. SERVICES AND PRICES: Line Item 1 is a Planned Itinerary, Purchase of Tickets and Required Insurance Declarations (not-to-exceed 30% of the proposed contract price). Line Item 2 is the Final Report. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: Please see the FEDBIZOPS attachment to this solicitation. Vendors are reminded that failing to be properly enrolled in 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 shall be excluded from award. INSPECTION AND ACCEPTANCE. Lida Fitts, Country Manager 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 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 August 30, 2008. 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 22132, phone (703) 813-6506; facsimile (703) 354-0370; email to dproctor@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 this 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 operations@medexassist.com. 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 2005-23 dated 12/23/2007. 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). 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. Offerors are reminded the Fly America Act applies to this order. 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 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 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 key personnel (available at www.ustda.gov), and a completed Contractor Price Quotation Breakdown (available at www.ustda.gov). A signed SF 1449 is no longer required to be submitted with your proposal. 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. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2008-04-25 15:44:54">Apr 25, 2008 3:44 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2008-05-12 14:51:42">May 12, 2008 2:51 pm Track Changes Amendment No. 2 A002: Change in Synopsis/Solicitation and SOW Due Date 5/27/2008 at 12:00pm ET Total Amount Increase $140, 000 Deliverable Date: August 30th, 2008 Amendment No.1 AOO1: We (USTDA) are suspending the competition for this solicitation: Definitional Mission – SSA: Aviation & Meteorological Management Project: RFQ-2008110012. Reason: The current Scope of Work (SOW) will be expanded and additional funding will be required. Reason: The response date is pushed out 2 weeks and subject to the approval of the overall requirement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9a9817ff2777e4539f35a223fbfcb27&tab=core&_cview=1)
 
Document(s)
Modification 2
 
File Name: Amendment 2 :SOW DM: SSA-Aviation & Meteorological Monitoring Activities. RFQ-CO2008110012 (ECOPY3-AOO2. SSA DM Aviation & Meteorological.pdf)
Link: https://www.fbo.gov//utils/view?id=764e98d08b0c4686d5e336a30dd3e969
Bytes: 2,373.27 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Headquarters: U.S. Trade and Development Agency / 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia, 22209-3901, United States
Zip Code: 22209-3901
 
Record
SN01571035-W 20080514/080512215636-b9a9817ff2777e4539f35a223fbfcb27 (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.