Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOLICITATION NOTICE

B -- Public/Private Partnerships

Notice Date
5/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541890 — Other Services Related to Advertising
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
TACS1100-9-09408
 
Archive Date
6/15/2009
 
Point of Contact
Annita L. Wimbish, Phone: 301-713-0838, x189
 
E-Mail Address
annita.l.wimbish@noaa.gov
(annita.l.wimbish@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: C- Combined Synopsis/Solicitation THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial service prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12 and 19, as supplemented with additional information included in this Notice. Reference No. TACS1100-9-09408 is being issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. The solicitation document incorporates the Statement of Work provisions and clauses. The provisions and clauses are those in effect thru Federal Acquisition Circular 2005-31, NAICS Code 541611. The US Department of Commerce, US Trade Center has a requirement for promoting exporting to small - and medium-sized U.S. Companies. The Commercial Service (CS) does not seek to fund such activities and partnerships are to be proposed at no cost to the CS. The Government reserves the right to award without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1. Failure to submit the required information for evaluation may render the offer non-responsive. The Government reserves the right to make multiple awards as a result of this RFQ while also reserving the right to limit awards when it determines that a desired competency has been satisfied. The following FAR Clauses apply to this Solicitation: FAR 52.212-4 - Contract Terms and Conditions - Commercial Items, FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, and FAR 52.204-7 Central Contractor Registration; FAR 52.212-2 - Evaluation - Commercial Items; and FAR 212-3 Offeror Representations And Certifications - Commercial Items. If there are questions/concerns, please send to the following e-mail address: Annita.L.Wimbish@noaa.gov, with a cut-off date of Friday, May 22, 2009, and please allow 24 hour response time. The Government reserves the right to decline proposals from entities that currently have contracts or agreements in areas that potentially overlap with the subject of this Solicitation (e.g.agreements for U.S. export promotion facilitation, including exporter referral and matching services and U.S. exporter databases) as these would present prohibited conflicts of interest. Where any contract is awarded and a conflict of interest is discovered, the Government reserves the right in its discretion to terminate any contract at any time. The Government intends to obtain responses from firms interested in working cooperatively with the Commercial Service (CS) to structure and implement public-private partnerships to conduct outreach activities to the small- and medium-sized business community that will result in increased marketing and use of CS programs and services. The CS does not seek to fund such activities, and partnerships are to be proposed at no cost to the CS. The period of performance will be for 60 months. U.S. Commercial Service MARKETING PARTNERSHIPS: UNITED STATES AND FOREIGN COMMERCIAL SERVICE Statement of Work 1.0 BACKGROUND 1.1 The U.S. and Foreign Commercial Service (CS), the worldwide client service delivery arm of the U.S. Department of Commerce's International Trade Administration (ITA), helps U.S. companies export products and services. As such, the CS is the lead trade promotion agency of the U.S. Government, and houses the Trade Promotion Coordinating Committee Secretariat. CS Trade Professionals operate in 109 offices domestically, approximately 126 posts in 77 countries overseas, and at the Trade Information Call Center in Washington, D.C. (1-800-USA-TRADE). The CS is statutorily mandated to provide export promotion and facilitation services, products and programs to small and medium-sized U.S. business enterprises (SMEs) in particular. The CS provides on both a free and cost recovery user-fee basis a wide range of market research, trade contacts, matchmaking (i.e., U.S. seller with foreign buyer), business facilitation, and advocacy products and services. 1.2 Specific examples of how the CS assists U.S. companies are outlined below: 1.2.1 Advise exporters on how to locate and use government programs; 1.2.2 Guide businesses through the export process; 1.2.3 Direct businesses to market research and trade leads; 1.2.4 Find international partners, agents or distributors for U.S. companies 1.2.5 Provide U.S. companies due diligence on potential international buyers and partners; 1.2.6 Provide front-line diplomatic engagement with foreign governments in support of U.S. companies or the U.S. national economic interest; 1.2.7 Coordinate U.S. Government advocacy on behalf of U.S. companies bidding on foreign government tenders; 1.2.8 Provide information on domestic and overseas trade events and activities; 1.2.9 Explain sources of public and private export financing; 1.2.10 Help exporters locate reports and statistics on trade; 1.2.11 Refer businesses to state and local trade organizations that can provide additional assistance; 1.2.12 Engage foreign governments diplomatically to alleviate trade barriers; 1.2.13 Answer questions on 1.2.13.1 import tariffs, taxes, and customs procedures; 1.2.13.2 standards, intellectual property rights, government procurement, and other commercial laws, regulations, and practices; 1.2.13.3 distribution channels, business travel, and other market information; 1.2.13.4 opportunities and best prospects for U.S. companies in individual markets; and, 1.2.13.5 difficulties encountered on specific commercial transactions. 1.2.14 For more information on activities, events and services provided by the CS please visit www.export.gov. 2.0 OBJECTIVE 2.1 The CS, through a cooperative public-private contract with the awarded Contractor, shall build a greater awareness in the U.S. small- and medium-sized business community of CS, CS programs and services, and exporting from the U.S.A. as a viable business development strategy. The CS strategic focus is on new-to-export and new-to-market firms. 2.2 This Commercial Item Solicitation is issued to obtain responses from firms interested in working cooperatively with the CS to structure and implement public-private partnerships to conduct outreach activities to the small- and medium-sized business community that will result in increased marketing and use of CS programs and services. The CS does not seek to fund such activities, and partnerships are to be proposed at no cost to the CS. 3.0 Description of Activities/Projects Outreach activities under this Solicitation should include some or all of, but not necessarily be limited to, the following, all of which are part of the CS' export promotion program: 3.1. Develop joint co-branded publications or co-brand current publications for distribution to contractor client base. 3.2. Placement of the CS logo, accompanying text, and appropriate website links on Contractor's websites in an area viewed by large numbers of small and medium-sized businesses engaged in, or likely to be interested in, exporting goods or services produced in the United States. 3.3. Direct mail, email and similar direct and/or target marketing activities that publicize and promote CS to appropriate U.S. exporters and encourages such businesses to become CS clients. 3.4. Development of export education seminars, conferences and other outreach activities, either independently or in cooperation with the CS, that include publicizing, promoting and marketing the CS, its programs and services when appropriate and exporting in general. 3.5. Provide expertise and develop activities to deliver export opportunities for U.S. companies in "green" sectors, including clean energy, environmental technologies, green building, etc. 3.6. Developing and disseminating joint success stories highlighting SME's that have completed an export sale because of the partnership and tracking additional metrics to demonstrate the success of the partnership. 3.7. Generating and facilitating media coverage for the purpose of highlighting the business opportunities exporting presents to U.S. SME's. For example, creating interviews, podcasts or videos of joint success stories or other relevant content, and promoting via websites, media outlets and publications. 3.8. Conducting cross-training on topics of mutual interest to the CS and Contractors resulting in more thorough and efficient export counseling to the public. 3.9. Any other projects/activities related to the mission of the CS and mutually agreed upon by the parties. 4.0 Contractor Tasks and Responsibilities 4.1 Contractor tasks and responsibilities required include: 4.1.1 With the CS, establish a point of contact and develop a work plan with a schedule of deliverables including timeframes for implementation. 4.1.2 Develop and execute, with the CS, outreach strategies that may include, but need not be limited to, those activities outlined in Section 3.0 (Description of Activities/Projects) of this SOW throughout the term of the contract. 4.1.3 Any public materials in print or electronic form developed in furtherance of this contract that mention the CS must be submitted to the CS for review, edit and approval of the text mentioning it. The management of client lists will be mutually agreed upon for each activity. 4.1.4 The Contractor must receive prior formal approval from CS for use of the CS logo on public materials in print or electronic form. 4.1.5 Create links to appropriate CS websites using logos according to guidelines in 4.1.4 in appropriate sections of the Contractor's web site as agreed upon by CS and Contractor. 4.1.6 Report bi-annually to CS on 1) the type and number of outreach activities done under this contract and 2) the number of companies reached by the partner, referred to CS and who have reported a successful export transaction due to the outreach activities. 4.2 Contractor tasks and responsibilities may also include: 4.2.1 Provide opportunities to the CS throughout the term of this contract to participate in activities educating the business community on exporting thus promoting CS and its services. Offer internal training on topics of mutual interest to the CS and Partner throughout the term of this contract. 4.2.2 Market the partnership contract internally through postings on internal web sites, emails, announcements at internal meetings and relevant seminars. 4.2.3 Inform the CS of marketing activities with other government agencies or export promotion agencies/firms. 5.0 CS Tasks and Responsibilities 5.1 CS tasks and responsibilities required include: 5.1.1 With Contractor, establish a point of contact and develop a work plan with a schedule of deliverables including timeframes for implementation. 5.1.2 Develop and execute, with the Contractor, a CS outreach strategy that may include, but need not be limited to, those activities outlined in Section 3.0 (Description of Activities/Projects) of this SOW throughout the term of the contract. 5.1.3 Any public materials in print or electronic form developed in furtherance of this contract that mention the Contractor must be submitted to the Contractor for review, edit and approval of the text mentioning it. The management of client lists will be mutually agreed upon for each activity. 5.1.4 The CS must grant prior formal approval of each use of the CS logo on public materials in print or electronic form. 5.1.5 Create web site links, and accompanying text as appropriate, to Contractor web sites from http://www.export.gov/cspartners. 5.2 CS tasks and responsibilities may also include: 5.2.1 Provide opportunities to the Partner throughout the term of this contract to participate in external activities educating the business community on exporting. Offer internal training on topics of mutual interest to the CS and Partner throughout the term of this contract. 5.2.2 Communicate the existence of marketing contract internally through postings on the Intranet, emails, announcements at internal meetings, etc. 5.2.3 Inform the Contractor, as appropriate and relevant, of marketing contracts with other trade service providers. 5.2.4 From time to time, the CS may, as consistent with the broader mission of CS and ITA, but is not required to, coordinate with other ITA units and members of the Trade Promotion Coordinating Committee (TPCC) in carrying out various export promotion activities. CS may utilize the services of the Contractor in furtherance of marketing activities under this contract relating to such coordinated export promotion activities with other ITA units and TPCC members. 6.0 Travel The Government shall not reimburse any Contractor travel expenses. 7.0 Intellectual Property 7.1 Trademarks 7.1.1 Use of the CS trademarks: respondent will be licensed to use certain CS trademarks and service marks. In doing so, respondent shall use the appropriate trademark symbols, ® or TM, on its website and on other promotional materials, as follows: 7.1.2 Any use of Department of Commerce trademarks on respondent websites or other materials shall be done in a way that avoids an appearance of endorsement or favoritism. The Evalution Criteria 1) The Offeror shall demonstrate knowledge of CS, its business processes and its mission, as well as a clear understanding of how its response will be used to advance the goals of the organization. 2) The Offeror shall demonstrate sustained operation for at least seven (7) years, in combination with a sustainable business plan and model. In addition, Respondent Company has established business relationships with large (eg. 7,500 or more) client databases that include companies that are appropriate targets for CS promotional campaigns. Where multiple respondents offer similar marketing activities, preference may be given to respondents who are better able to demonstrate a greater reach in terms of raw numbers and the greater reach to exporting or export ready U.S. SME's. 3) The Offeror shall demonstrate an international presence, including personnel stationed outside the U.S. and ability to deploy company representatives throughout the world. 4) The Offeror shall demonstrate success in the development and operation of internet based services and tools, client export education seminars - implemented both nationally and internationally, and other customer outreach programs that provide at least one type of export assistance to U.S. businesses. 5) The Offeror shall demonstrate they are widely recognized by U.S. firms as having demonstrated expertise in one or more of the following elements essential to exporting: importer due diligence and other export market intelligence; trade partner matchmaking; international shipping and logistics; trade finance; trade risk insurance; export risk management; international financial transactions and settlement; international commercial passenger transportation; international Internet-based marketing expertise; international traveler hotel and lodging. 6) The Offeror shall demonstrate the compatibility of the partner's mission, programs, products and services with CS programs; specifically, the respondent must be engaged in providing export assistance to significant numbers of US businesses and demonstrate current, active selection of export-related products and services intended and appropriate for small and medium sized firms. 7) The Offeror's proposal shall be consistent with the CS Statutory Mandate and commitment to working under all applicable U.S. Government statutes, regulations, policies and priorities. 8) The Offeror's proposal shall address section 4.1 of SOW and includes activities from section 3.0. Evaluation Rating Chart Evaluation Criteria Rating Weight Weighted Score Criteria 1 0 - 100 16% Criteria 2 0 - 100 15% Criteria 3 0 - 100 14% Criteria 4 0 - 100 12% Criteria 5 0 - 100 12% Criteria 6 0 - 100 11% Criteria 7 0 - 100 10% Criteria 8 0 - 100 10% Total 0 - 100 Rating/Scoring Scale 0 = Unsatisfactory: Serious deficiencies exist in significant areas. The proposal cannot be expected to meet the stated requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the requirements document without specifying how or demonstrating the capability to do so. Only vague indications of the required capability are present. 30 = Poor: The response fails to meet one or more requirements. Deficiencies exist in significant areas but can be corrected during negotiations without major revision to the proposal or serious deficiencies exist in areas with minor impact. 50 = Fair: The response generally meets requirements but there is no expectation of better than acceptable performance. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without major revision to the proposal. 70 = Very Good: Extensive, detailed response to all requirements similar to outstanding in quality, but with minor areas of unevenness or spottiness. High quality performance is likely but not assured due to minor omissions or areas where less than excellent performance might be expected. 100 = Excellent: Very comprehensive, in-depth, clear response. Proposal consistently meeting this standard with no omissions. Consistently high quality performance can be expected. Best Value Proposals will be evaluated and scored in accordance with the evaluation criteria in the solicitation. The Government will award based on the proposal(s) that represent the overall best value in factors 1 through 8.. Consideration will only be given to contractor's that score an overall rating of 50 or higher in all areas. The Government reserves the right to make more than one award. INSTRUCTIONS TO OFFERERS: Offerors should formulate their proposals in response to the requirements of the solicitation including the SOW. In particular, offerors should organize their proposals so as to address each of the evaluation criteria for the particular industry sector (for example: trade finance or international shipping and logistics) to which their proposal responds. The Government reserves the right to make multiple awards as a result of this RFQ while also reserving the right to limit awards when it determines that a desired competency has been satisfied. The Government also reserves the right to limit awards to one contract award per industry sector (for example: trade finance or international shipping and logistics). Because this solicitation may result in multiple awards and partnerships of differing natures, selected partners may be incorporated into selected CS programs at anytime following selection, subject to considerations such as the value of partner's offerings to CS customers and clients, ease and cost of integration, compatibility of partner's offerings with CS capabilities and brand, and others. Detailed plans and timelines will be agreed upon mutually between the CS and each selected partner.. The due date of the proposals will be June 5, 2009, at 1:00 P.M., and the following proposal submissions will be allowed by e-mail to Annita.L.Wimbish@noaa.gov or four (4) copies by hand delivery to: U.S. Department of Commerce/NOAA External Customer External Division - SSMC-4 - 7th Floor 1305 East West Highway, OFA-61 Silver Spring, MD 20910 Attn: Annita L.Wimbish Offerors are responsible for submitting offers, to the Government office designated in the Solicitation by the time and date specified in the Solicitation. Point of Contact Annita.L.Wimbish, Contracting Officer, Phone 301/713-0838, x 189, Fax 301/713-0806, Email- Annita.L.Wimbish@noaa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/TACS1100-9-09408/listing.html)
 
Place of Performance
Address: US DOC/USA TradeCenter, Ronald Reagan Building - Suite 800 MEZ, 14th & Constitution Ave.,N.W., Washington, District of Columbia, 20230, United States
Zip Code: 20230
 
Record
SN01819508-W 20090517/090516161111-fd169e6eecc861d3df9743c3637ab90c (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.