Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
MODIFICATION

U -- Youth Livelihoods Training Modules

Notice Date
3/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416, Washington, District of Columbia, 20536
 
ZIP Code
20536
 
Solicitation Number
PC-11-R-004
 
Archive Date
3/31/2011
 
Point of Contact
Jeffery C Bradley, Phone: (202) 692-1622
 
E-Mail Address
jbradley@peacecorps.gov
(jbradley@peacecorps.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 the notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation number is PC-11-R-004, and the solicitation is being issued as a Request for Proposal (RFP) using FAR Part 13 Simplified Acquisition Procedures. A firm fixed price contract award will result from this solicitation The NAICS Code for this requirement is 61171 with a small business size of $7.0M applies to this RFP. This is a requirement to obtain training modules for youth livelihoods education. This is a 100% Small Business set aside. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at https://www.acquisition.gov/far/index.html. Oral communications are not acceptable in response to this notice. THE FULL RFP WITH ADDITIONAL MATERIALS AND INSTRUCTIONS ARE ATTACHED. QUOTES ARE DUE BY 12:00 PM EDT, March 16, 2011 TO jbradley@peacecorps.gov. Late quotes may not be accepted, based upon the discretion of the Contracting Officer. Questions shall be directed to J. C. Bradley via email to jbradley@peacecorps.gov and must be sent by 12:00 PM EST, March 9, 2011. See attachment for full RFP. The Offeror shall submit one proposal. The proposal must include the following items: (1) The solicitation number; (2) The name, address, and telephone number of the Offeror; (3) Price Quote to complete all actions in Scope of Work. Offeror shall supply all worksheets and supporting documentation in determining the firm-fixed price in order to verify validity of computations and determine if prices are fair and reasonable. (4) Previous Government Contract Number(s) and type of contract; A. Procuring Agency and name of reference point(s) of contact, email and telephone number(s) at the entity for which the contract was performed; •B. Dollar value of the Contract; •C. Period of Performance; •D. Description of the item(s) supplied and/or services rendered; •E. The number, type, frequency, duration, and impact of any quality, delivery or cost problems in performing the contract, the corrective action taken, if any, and the effectiveness of the corrective action. Submissions should be provided in workable files that are unlocked/unprotected. Electronic file submissions that cannot be readily opened by the Peace Corps may be considered non-responsive. A Word or Excel document is preferred. By responding to this solicitation the vendor agrees that they are able to perform the required work within the specified timeframe. The Government reserves the right to make full, partial, multiple or no award resulting from this solicitation. Offerors shall submit bids at no cost to the Government. It is anticipated that this solicitation will result in multiple awards. Offerors may bid on one or all items of this solicitation. PART 1 - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B.1 Pricing for services described in SECTION C., Statement of Work, of this document. CLIN Description Qty Unit Price 0001 Financial Education Module 1 EA __________ 0002 Employability Module 1 EA __________ 0003 Entrepreneurship Module 1 EA __________ B.2 It is anticipated that one or more firm fixed price contracts shall result from this solicitation. Offerors are encouraged to bid on one or all of the modules they believe they are qualified for. SECTION C: Statement of Work Writer(s) to Produce Youth Sustainable Livelihoods Modules C.1. Background Peace Corps seeks to develop several youth livelihoods training modules that will focus on entrepreneurship, employability, and financial education. The materials must be no or low cost to implement, highly participatory, and easily adapted to a variety of cultural contexts. The session plans and modules should be useful with urban youth living in high crime areas, as well as rural or out-of-school adolescents. Because the Peace Corps currently has to purchase materials which are very expensive, cannot be adapted easily, and are frequently too US-focused, the session plans produced for this Youth Livelihoods Modules should be easy to use and adaptable to an international context.. The sessions will be used by local trainers to train Peace Corps Volunteers who work with youth, and subsequently by Volunteers and their local partners to train youth directly (a Training of Trainers model). The session methodology for the training modules shall follow the 4MAT system, and samples and guidance will be provided to the writer(s) by youth and business specialists in the Office of Overseas Programming and Training Support, Peace Corps. It is anticipated that more than one writer will be hired in order to complete the development of the modules according to the timeframe outlined in section F, Deliverables and Timeframe. C.2. Proposed Publication The youth livelihoods modules will meet the needs of Volunteers to provide youth with practical skills development to improve their opportunities in the world of work. The modules shall contain lesson plans and accompanying teaching materials. Each session plan shall have a set of measurable learning objectives. The instructional sequence shall follow 4MAT stages: motivation, information, practice, and application. The motivation activity shall connect the learner to the new content and bridge the new information with the previously studied material. The content shall be highly participatory and shall rely on locally available no or low-cost teaching materials. The content shall be presented in a variety of forms including but not limited to: texts, dialogues, interviews, field visits, role plays, scenarios, simulations/games, fact sheets, statistical charts and mind maps. Practice activities shall provide options for the trainer to meet the needs of learners with varying education, literacy levels, and learning styles shall be sequenced from simpler to more complex. The sessions shall provide suggestions for knowledge and skills applications in the form of activities, scenarios or independent study tasks. Each session shall contain a set of assessment items that correspond to the learning objectives (see an example of the type of session plan, attached in Section J). Sessions shall also include suggested adaptations for difference audiences, incorporating gender roles, cultural context, literacy, educational attainment, and urban vs. rural youth. Three modules are required; Financial Education, Employability, and Entrepreneurship. The lesson plans for each module shall contain •a. instructional sequence, teaching techniques, materials needed and facilitation tips to the instructor •b. text, worksheets and activity instructions to the learner •c. pre and post test participant monitoring and evaluation plan, either on a module-by-module basis or for the entire program. C.2.1. Potential outline of modules and sessions: Financial Education Module Basic Money Management •● Functions of money •● Sources of income •● Time value of money •● How to use money effectively •● How to open a bank account Personal Money Management •● Setting financial goals •● Savings - reasons to save, ways to save, setting savings goals •● Needs and wants •● Developing a savings plan •● Developing a personal budget (based on savings, and spending) •● Anticipating life cycle events •● Dealing with special challenges (illness, death in the family) •● Maintaining financial records •● Reading and reconciling financial records Financial Services •● Difference between savings and borrowing •● Where to save and how •● All about banks •● Wise use of credit •● Loans - loan applications, risks, requirements, responsibilities •● Developing good financial negotiation skills Earning Money •● How people earn money •● What are my skills and talents that I can use to earn money? •● Identify different options for earning money •● Gender-based stereotypes around employment •● Wage vs. self-employment Employability Module •● Personal leadership development •● Communication skills: effective speaking, active listening, body language, clear communication (include special considerations in this section for working with youth at risk) •● Conflict resolution: understanding conflicts, how different personality styles handle conflict, and how to resolve conflicts in respectful, healthy ways that enable a productive working environment and positive interpersonal relationships (include special considerations in this section for working with youth at risk) •● Understanding culturally appropriate workplace ethics and behavior •● Teamwork •● Time management •● Values and Attitudes (this is especially important when working with "at risk" populations) •○ Values (ex: ethics, reliability, honesty, etc.) •○ Personality (ex: independent, creative, communicative, etc) •○ Appearance (ex: grooming, dress, self-presentation & speech) •● Interviewing •● Creating a resume/CV and cover letters •● Knowing your skills/qualifications •● Career planning: goal-setting, job fairs, career options, assessing the job market, etc. •● Unpaid work options and opportunities for gaining experience needed for different career paths (e.g., apprenticeships, independent study, internships, volunteering, etc.). •● Application writing skills •● Networking skills •● Technological or ICT literacy Entrepreneurship Module •● Who is an entrepreneur? •● Qualities of an entrepreneur •● Do I want to be an entrepreneur? Advantages and disadvantages of self-employment •● What is the difference between an entrepreneur and a social entrepreneur? •● Generating ideas for an enterprise •● Is my idea a good idea? Doing a feasibility study (several sessions) •● What do I need to start a business? •● What are the risks? •● Capital investment required - how to plan how much you need and decide whether to borrow or use savings •● Legal requirements for starting a business •● How will I set up and operate my business? •● Developing a good product or service •● Adapting my product or service to the changing market •● Who will buy my product? Who is my target market and how can I best to reach them? •● How will people know about my business? Naming product/brand, strategies for product position, unique selling proposition. Writing press releases, ads, determining where to advertise •● How much does it cost to make my product/deliver my service? •● How do I set a good price? Costing, pricing, profit margin calculation, break even point, and adjusting prices •● Getting customer feedback - needs/frustrations •● Great customer relations •● Sales - suggestion selling, demonstrations, finding customers, building relationships •● Getting good at time management •● Keeping track of my business - bookkeeping - records, sales tax, payroll, personnel records, customer records, daily transactions •● Human resources management - finding good people to work with me (job descriptions, incentives and compensation. Do I need help? Recruitment. Interviewing and checking references. Selecting, training, negotiating salary, and dismissing employees •● What does it cost to run my business? Product/service delivery expenses, staff, marketing, advertising and overhead expenses. •● Vendors - selection criteria, negotiating contracts with vendors, placing orders •● Excellent fulfillment - distribution channels •● Protecting my business against risk - what are the risks, what can I do to protect against loss C.3. Qualifications The writer(s) shall be individual(s) with expertise in at least one area of youth livelihoods - entrepreneurship, employability, and/or financial education. The writer(s) shall have international teaching/training experience, preferably (but not limited to) experience with the Peace Corps. The ideal writer(s) shall have experience developing practical guides that can be used by diverse users - new and experienced teachers/trainers. C.4. Scope of Work To initiate this contract, the writer(s) shall meet with the contracting office's technical representative (COTR), the youth and business specialists and the materials development team to review the project, discuss the content and tasks, and clarify deliverables and writing guidelines. Specialists will provide technical materials and the structure for developing the sessions. The materials development team will provide the Peace Corps' writing style guidelines and templates for requesting permission to use copyrighted materials. If writer(s) identify and wish to use copyrighted materials in their modules, it is their responsibility to secure permission for the Peace Corps to use the materials using the Peace Corps standard permission forms. The writer(s) shall provide drafts and receive feedback, as outlined in section F. Drafts will be reviewed by the working group comprised of several specialists, program managers in the field, and the materials development team. The committee will meet periodically to review portions of the modules developed by the writer as outlined in section F. Draft sections of the modules may also be sent to representatives in the field for feedback on content, style, readability, and applicability to different contexts. Second and third drafts may be required depending on reviewers' feedback. The final draft will be reviewed by Volunteers and staff in the field, representing the youth development and business sectors. The writer(s) shall: •1. Participate in face-to-face meetings and/or teleconferences throughout the length of the contract with the COTR and working group. •2. Review existing materials provided by the specialists and submit an annotated table of contents. •3. Draft content per approval of the table of contents and guidance from the working group and field reviewers. •4. Incorporate feedback on drafts from the COTR and reviewers. •5. Obtain permission on behalf of the Peace Corps to use copyrighted materials, as needed. •6. Edit drafts and submit for final review •7. Meet the timeframe for face-to-face and/or teleconference meetings and deliverables as outlined in section F unless modified by the Peace Corps. C.5. Materials and Access Supplied to Contractor for Use in this Project The contractor(s) shall work on his/her own, outside of the Peace Corps office, without supervision. The Peace Corps will provide existing materials in hard copy and electronically as well as format, writing style guidelines, and permission to use copyrighted materials templates. The final product will be in Word for Windows for PC. C.6. Deliverables and Timeframe The work required on this contract will be spread over a 20-week period to provide time for drafts to be reviewed and returned to the writer for incorporation of changes. Contractor Responsibilities/Deliverables Date Due Payment Schedule 1. Meet with the COTR and working group to discuss project, tasks, and deliverables. Receive draft table of contents and existing materials in hardcopy and electronically along with writing guidelines. Week after signing contract 2. Review existing materials, identify any gaps and submit an outline for each module Two weeks after signing contract 3. Receive comments, corrections and/or additions to content recommendations. Three weeks after signing contract 4. Draft and submit two to three session plans per approved outline and guidance from working group. Five weeks after signing contract 5. Receive comments, corrections and/or additions to document. Seven weeks after signing contract 6. Submit first full draft of the youth livelihoods modules; receive partial payment (40%) if draft is acceptable.* Ten weeks after signing contract 40% of contract 7. Receive comments, corrections and/or additions to document. Fourteen weeks after signing contract 8. Submit second (final) draft of the youth livelihoods modules, incorporating submissions from the field per COTR and working group's guidance. Seventeen weeks after signing contract 9. Receive comments, corrections and/or additions, if necessary. Eighteen weeks after signing contract 10. Edit draft per working group's guidance and submit final draft of modules and all permissions to use copyrighted materials. Receive final payment (60%) if draft is acceptable.* Twenty weeks after signing contract 60% of contract All payments contingent on acceptability of work as determined by COTR. C.7. Responsibilities and Logistics The contractor(s) shall report to the COTR as outlined above. Contractor(s) will receive payment according to the Payment Schedule above by presenting a signed invoice to the COTR, including all information required by the Peace Corps to process payment. The contractor(s) shall provide the deliverables within the given timeframe, unless modified in advance with the COTR. The deliverables shall be submitted in draft and final forms as hard copy and electronically in Word for Windows for PC. All items to be delivered under this contract are subject to inspection and acceptance by the COTR. Payments will be made only after review of drafts and work approved as acceptable. Peace Corps writing guidelines and other format and style guidelines provided by the COTR must be followed. The Peace Corps will provide the reviews of documents as scheduled. Individual reviews and recommendations of documents will be compiled and provided to the writer in either hard copy or electronically. The contractor(s) shall anticipate revisions to the first and second drafts. Materials written for the Peace Corps under this contract become the property of the Peace Corps. Any original writing will be in the public domain and may be used by others as well. Any copyrighted material contained within the publication for which permission to adapt or use has been granted are not in the public domain. Anyone wishing to use those materials must seek specific permission from the original copyright holder. SECTION D: PACKAGING AND MARKING Preservation, packaging, and packing for shipment, mailing, or transport of any type performed under the contract shall be in accordance with good commercial practice and adequate to ensure acceptance by common carrier and safe transportation to the destinations at the most economical rate(s). SECTION E: INSPECTION AND ACCEPTANCE All inspection and acceptance of the service and/or supplies called for herein shall be performed by the Contracting Officer's Technical Representative (COTR) in accordance with FAR 52.212-4. SECTION F: DELIVERIES AND PERFORMANCE: •1. Period of Performance The period of performance shall be 6 months from the date of award. SECTION G: CONTRACT ADMINISTRATION G.1. Disputes and Appeals: Disputes and appeals will be administered in accordance with the procedures provided in FAR 33.2. G.2. Interpretation or Modification: No oral or written statement of any person and no written statement of anyone other than the Contracting Officer (CO) shall modify or otherwise affect the terms or meaning of this contract. Requests for interpretations, modifications or changes shall be made in writing to the CO. The COTR can only respond (verbally or in writing) to technical matters. G.3. Contracting Officer: The Contracting Officer for this contract is: J. C. Bradley (202) 692-1622 jbradley@peacecorps.gov G.4. Contracting Officer's Technical Representative: To be determined. END OF SECTION SECTION H: SPECIAL PROVISIONS H.1. Advertising of Award: The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Peace Corps or is considered by the Peace Corps to be superior to other products or services. H.2. Limitation of Liability: The Peace Corps shall not be held liable for any claims, damages, or lawsuits by the Contractor, or against the Contractor, as a result of the performance of this contract. H.3. Confidentially/Dissemination of Information: The Contractor shall agree that such information will not be disclosed and will only be used for the performance of their responsibilities under this contract. There shall be no dissemination or publication of information obtained or developed under this contract or contained in the reports to be furnished pursuant to this contract, without the prior written approval of the Contracting Officers Technical Representative (COTR) or the CO. END OF SECTION SECTION I: CONTRACT CLAUSES 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) ( 22 U.S.C. 7104(g) ). (2) 52.233-3, Protest After Award ( Aug 1996) ( 31 U.S.C. 3553 ). (3) 52.233-4, Applicable Law for Breach of Contract Claim ( Oct 2004 ) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate.] X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) ( 41 U.S.C. 253g and 10 U.S.C. 2402 ). X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) ( 31 U.S.C. 6101 note ). X_ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) ( 31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). X_ (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) ( 15 U.S.C. 644 ). X_ (12) 52.219-8, Utilization of Small Business Concerns (Jan 2011) ( 15 U.S.C. 637(d)(2) and (3)). X_ (20) 52.219-28, Post Award Small Business Program Representation (Apr 2009) ( 15 U.S.C. 632(a)(2) ). X_ (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X_ (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). X_ (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X_ (24) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X_ (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) ( 29 U.S.C. 793 ). X_ (29) 52.222-54, Employment Eligibility Verification ( Jan 2009 ). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) X_ (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving ( Sep 2010 ) (E.O. 13513). X_ (41) 52.232-30, Installment Payments for Commercial Items (Oct 1995) ( 41 U.S.C. 255(f), 10 U.S.C. 2307(f) ). X_ (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) ( 31 U.S.C. 3332 ). X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 ( 41 U.S.C. 251 note )). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) ( 38 U.S.C. 4212 ). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) ( 29 U.S.C. 793 ). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) ( 22 U.S.C. 7104(g) ). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) ( 41 U.S.C. 351, et seq. ). (xii) 52.222-54, Employment Eligibility Verification ( Jan 2009 ). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days prior to the end of the contract. 52.233-2 Service of Protest (Sept 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from J. C. Bradley, 1111 20 th Street NW, Washington DC 20526. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) United States law will apply to resolve any claim of breach of this contract. (End of clause) Use of Peace Corps Name and Logo (November 2008) The Contractor shall make no publicity announcements or issue other public relations or promotional materials mentioning the Contractor's connection with Peace Corps without first consulting with the Contracting Officer. Further the Contractor shall not use the Peace Corps name and/or logo in conjunction with, or proximity to, the Contractor's logo, trademark, trade name or facsimile thereof (co-branding) without the advance written concurrence of the Contracting Officer. SECTION J: ATTACHMENTS None SECTION K: Representations and Certifications 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2011) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision- "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Inverted domestic corporation" means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2) ) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201 ), except for paragraphs ______________. [ Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. ] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it o is, o is not a small business concern. (2) Veteran-owned small business concern. [ Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it o is, o is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [ Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [ Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it o is, o is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [ Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern ). [ Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (8) [ Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either- (A) It o is, o is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It o has, o has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [ The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (9) HUBZone small business concern. [ Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It o is, o is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It o is, o is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order 11246- (1) Previous contracts and compliance. The offeror represents that- (i) It o has, o has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It o has, o has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It o has developed and has on file, o has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 cfr parts 60-1 and 60-2), or (ii) It o has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions ( 31 U.S.C. 1352 ). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item" "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (2) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [ List as necessary ] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [ List as necessary ] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [ List as necessary ] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [ List as necessary ] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [ List as necessary ] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [ List as necessary ] (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689 ). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals- (1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) o Have, o have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; (3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [ The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503 (b).] (1) Listed end products. Listed End Product Listed Countries of Origin ___________________ ___________________ ___________________ ___________________ (2) Certification. [ If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] [ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. [ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [ The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies. ] [ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4 (c)(1). The offeror o does o does not certify that- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4 (c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. [ ] (2) Certain services as described in FAR 22.1003-4 (d)(1). The offeror o does o does not certify that- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4 (d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and theContracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) ( 26 U.S.C. 6109, 31 U.S.C. 7701 ). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government ( 31 U.S.C. 7701(c)(3) ). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). o TIN: ________________________________. o TIN has been applied for. o TIN is not required because: o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); o Foreign government; o International organization per 26 CFR 1.6049-4; o Other ________________________________. (5) Common parent. o Offeror is not owned or controlled by a common parent; o Name and TIN of common parent: Name ________________________________. TIN _________________________________. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108 ). (2) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one. (o) Sanctioned activities relating to Iran. (1) Unless a waiver is granted or an exception applies as provided in paragraph (o)(2) of this provision, by submission of its offer, the offeror certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act of 1996. (2) The certification requirement of paragraph (o)(1) of this provision does not apply if- (i) This solicitation includes a trade agreements certification ( e.g., 52.212-3 (g) or a comparable agency provision); and (ii) The offeror has certified that all the offered products to be supplied are designated country end products. (End of provision) SECTION L - INSTRUCTIONS TO OFFERORS The provisions of FAR 52.212-1 apply. Proposals shall be submitted as follows: Offerors shall submit the following as part of their proposal: •● Which module(s) they wish to write. •● Resume which outlines skills, competencies, and work experience relevant to accomplishment of this project. •● At least one sample of a writing project similar to this one. •● A list of names, addresses and telephone numbers of two people who can verify work and writing experience. Submission of these names implies granting permission for Peace Corps to contact these references for information about the professional capabilities of the potential contractor. A bid for the completion of the work. The bid is for a daily rate you determine times the number of days you anticipate it will take to complete the job. This shall be a total cost for time spent in meetings; writing; and editing and proofing for coherence, style, and format. SECTION M - EVALUATION FACTORS FOR AWARD 1. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. If, after evaluation it is deemed that there are no acceptable offers the Peace Corps may cancel this solicitation at no cost to the government. The Peace Corps will use the following factors listed in order of descending order of importance, to evaluate offers. (a) Past Performance. Offerors will be evaluated primarily on the extent and quality of past performance in providing products and services, similar in scope, complexity of work, quality of services, timeliness of performance, ease of use and price. (b) Technical Competence in developing youth livelihoods teaching materials. (c) Experience and qualifications (see below). (d) Price. Offerors shall propose a fixed price for all elements as described in this RFP. 2. Desired skills/experience of contractor(s) Experience in and knowledge of teaching youth livelihoods (entrepreneurship, workforce development and employability, and/or financial education) to adults and youth. Experience in and knowledge of teaching in an international setting (preferably through experience in the Peace Corps). Experience developing youth livelihoods curriculum. Experience in writing into youth livelihoods session plans. 3. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/PC/OPBF/OC/PC-11-R-004/listing.html)
 
Record
SN02394192-W 20110306/110304234701-0a44f67a8973b6a9f6b59dac52969b05 (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.