Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

U -- NOP Inspector Criteria - Statement of Work - Attachment 1

Notice Date
6/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-11-0085
 
Archive Date
7/14/2011
 
Point of Contact
Corinne Nygren, Phone: 6123363235
 
E-Mail Address
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment One (1) Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial services purchase order. (iv) This combined synopsis/solicitation Request for Quote is being issued as a full and open competition. (v) This requirement is for The United States Department of Agriculture (USDA) National Organic Program (NOP) federal government agency which seeks a Contractor to develop a list of criteria for Inspectors and Reviewers working for NOP Accredited Certifying Agents (ACAs), to develop a list of content areas to be covered in beginning, intermediate, and advanced training for Inspectors and Reviewers based on these criteria, and to develop a proposed approach for training and possible licensing Inspectors and Reviewers of organic production and handling operations. (vi) REQUIREMENT AND QUANTITIES: This requirement consists of one (1) line item to perform the services described in this solicitation. CLIN 0001 - Consultant Services To Develop Criteria, Training Content List, and Training Approaches For Inspectors and Reviewers. All overhead and ancillary costs associated with the requirement will be assumed by the Contractor, and should be factored into the contractors price quote. (vii) PERIOD OF PERFORMANCE: The anticipated period of performance for this project is ten (10) weeks from date of award. The primary place of performance for this project will be the contractor's facility. (viii) MINIMUM SKILLS AND EXPERIENCE REQUIREMENTS: Contractors must demonstrate evidence of technical expertise in organic agricultural production, handling, or processing. Knowledge of the Organic Foods Production Act (enacted under Title 21 of the 1990 Farm Bill) and USDA organic regulations (7 CFR Part 205) is required. Experience with the implementation and/or interpretation of organic regulations is preferred. (ix) STATEMENT OF WORK: See Attachment One (1). (x) The provisions and clauses incorporated into this solicitation document are incorporated by reference and 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) clauses can be accessed on the Internet at http://www.arnet.gov/far/. (xi) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xii) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xiii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiv) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5-are considered checked and are applicable to this acquisition: 52.219-28-Small Business Program Representation; 52.222-3-Convict Labor; 52.222-19-Child Labor Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-35-Equal Opportunity for Veterans; 52.222-36- Affirmative Action for Workers with Disabilities; 52.222-37-Employment Reports on Veterans; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; (xv) The full text of the following AGAR clause can be accessed on the Internet at: http://www.dm.usda.gov/procurement/policy/agar_x/agar04/index.html (xvi) EVALUATION OF OFFERS: Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated based on technical capability, past performance and price. A trade off process will be used to evaluate quotes. The following factors shall be used to evaluate offers on Technical Capability and Past Performance: Technical Capability: How well the proposed services meet the governments' needs. The government will consider, among other things; the technical qualifications of the personnel to perform the requirements in the statement of work, the contractor's approach for completing this project; past experience developing training criteria for organic inspectors and reviewers responsible for verifying compliance to the National Organic Program regulations, policy and guidance. Past performance: Experience performing similar service in the past as well as a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm's record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions, and providing prompt and accurate service. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xvii) Quotations are due to the Minneapolis Contracting Office by 03:30 PM Central Time, June 29, 2011. Please reference the quote number on your documents. Quotes may be submitted via email, by postal mail or by facsimile. (xvi) The assigned Contracting Officer is Ms. Corinne Nygren. Ms. Nygren may be reached at Corinne.nygren@aphis.usda.gov (612) 336-3235 or by fax at (612) 336-3550. Quotes should be of sufficient detail to determine their adequacy. If an offeror's quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. As a minimum, offerors must submit the following to the Contracting Officer to be considered responsive and have a complete quote: 1) Pricing Schedule - a price for line item 001. 2) Signature of the offeror on the page which lists the price. 2) The required documentation requested above in section (xvii) EVALUATION OF OFFERS, which addresses how your company's service meets the technical capability as well as past performance information described in section (xvi) above. 3) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-11-0085/listing.html)
 
Place of Performance
Address: USDA, AMS, 1400 Independence Avenue, SW, Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN02477292-W 20110622/110620234859-c284b180499356de4793a1bf143a2ec2 (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.