Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

U -- GRI Training

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acquisition Management (QV), 2200 Crystal Drive, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
XX001-XX970
 
Archive Date
10/1/2011
 
Point of Contact
Rose M. Rivera, Phone: 7036059029
 
E-Mail Address
rose.rivera@gsa.gov
(rose.rivera@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1.0 Description 1.1 Introduction This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Solicitation number XX001-XX970 is issued as a Request for Quote (RFQ). As a result of this solicitation, GSA anticipates award of a firm-fixed price contract for the services detailed below. This acquisition is a total set-aside for small business in accordance with FAR 19.505-2(a). The applicable NAICS code is 541620 Environmental Consulting Services and the applicable size standard is $7 million. Please note, in order to be considered for award, all Offerors shall be registered in the Central Contractor Registration (CCR) at www.ccr.gov. Offerors shall be registered prior to award of the contract. 1.2 Background and Scope Executive Order (EO) 13514, signed by President Barack Obama on October 5, 2009, represents a new level of Federal effort in operating sustainably. It builds on previous Executive Orders (e.g., EO 13423) and legislation (e.g., Energy Independence and Security Act of 2007 and the Energy Policy Act of 2005), as well as an increased public understanding of sustainability issues, to require a new level of commitment within the Federal sector to issues of the sustainability of Federal programs and operations. The General Services Administration (GSA) has responded by setting the following priorities in its FY 2010-2015 Strategic Sustainability Performance Plan (SSPP): • GSA will Green its Supply Chain • GSA will Eliminate Waste in its Operations and Activities • GSA will Use its Influence to Reduce the Environmental Impact of the Federal Government GSA has also committed to conducting a sustainability report in accordance with the standards established by the Global Reporting Initiative (GRI). The GRI is a network-based organization that produces a comprehensive sustainability reporting framework that is widely used around the world. The GRI Reporting Framework sets out the principles and Performance Indicators that organizations can use to measure and report their economic, environmental, and social performance. GRI's Reporting Framework is developed through a consensus-seeking, multi-stakeholder process. Participants are drawn from global business, civil society, labor, academic and professional institutions. Sustainability reports based on the GRI Framework can be used to demonstrate organizational commitment to sustainable development, to compare organizational performance over time, and to measure organizational performance with respect to laws, norms, standards and voluntary initiatives. GRI promotes a standardized approach to reporting to stimulate demand for sustainability information - benefitting both reporting organizations and report users. The objective of this contract is to equip the government with the skills it requires to complete a GRI report. The work performed under this contract shall result in a core group of GSA personnel developing expertise in the application of GRI standards to GSA's operational environment, application of the GRI Framework and principles to GSA's SSPP, and how the agency should approach its first-ever GRI sustainability report. GSA intends to issue a fixed-price contract for a period of performance of sixty (60) days from the date of award. 2.0 Statement of Work GSA intends for this acquisition to result in the training of a core group of GSA personnel with the data necessary for them to complete a GSA GRI report. The training will explain all aspects of the GRI reporting process and map GSA's Strategic Sustainability Performance Plan (SSPP) to GRI Principles, Management Approach and Indicators. To accommodate the geographic location of participating GSA staff, the training will be provided online and allow for specific participant engagement. 2.1 Training The training shall be a minimum of 16 hours and, 1. Identify the main characteristics of the GRI framework for reporting. 2. List the steps to preparing a GRI report. 3. Give examples of links between everyday GSA activities and their economic, social and environmental impacts based on GSA's own current experience and context 4. Identify the Global Compact Principles and explain how they can be used in the initial evaluation of aspects to report on. 5. Give examples of GRI reports where the Global Compact Principles were considered in the reporting process. 6. Explain the difference between a GRI category, GRI aspect and a GRI indicator 7. Explain what is the GRI materiality principle and its role to select the indicators for action and to report on. 8. Explain and give examples of the GRI G3 reporting principles for defining content and to ensure quality of information in a report. 9. Explain, using examples, how an organization should report on material indicators, which are not ready to be reported on, and how to establish appropriate performance goals/targets for material indicators. 10. Identify what activities GSA needs to undertake to record data and guarantee the continuity of the monitoring process. 11. Identify the obligatory components of a GRI G3 report. 12. Explain the difference between self-declared GRI report levels and assurance on report information. 13. Identify the different formats that the final report can be communicated in. 2.2 Contractor Responsibilities The Contractor shall: 1. Prior to delivering the training, review the GSA's Strategic Sustainability Performance Plan (SSPP) and map GSA's SSPP to GRI Principles, Management Approach and Indicators. 2. Deliver the training online where participants can view: • slide presentations • trainers and guest speakers (via webcam, where available) • other attendees (via webcam, where available) 3. Provide an online training environment that will allow participants to "raise their hand" and be called on to ask questions and comment verbally. 4. Provide online "break out rooms" to be used for small group exercises. 5. After the completion of the training, provide training participants with the results of the mapping of GSA's SSPP to GRI Principles, Management Approach and Indicators. 3.0 Performance and Deliverables 3.1 Period of Performance The period of performance will be for sixty (60) days from the date of award. 3.2 Place of Performance Performance under this contract is expected to occur at the Contractor's place of work. 3.3 Deliverables The Contractor shall provide the following deliverables: • Web-enabled GRI training course • Written report of the mapping of GSA's Strategic Sustainability Performance Plan (SSPP) to GRI Principles, Management Approach and Indicators. 3.4 Acceptance of Deliverables The Government shall have ten business days to review and accept deliverables. The Contractor shall follow-up with the COTR to ensure that deliverables were received. The COTR will reject deliverables in writing. However, acceptance may be provided verbally. If the Contractor does not receive a response from the COTR within ten business days after following-up, acceptance may be assumed. In the event of the rejection of any deliverable, the Contractor shall be notified in writing by the COTR or assigned representative providing specific reason(s) for the rejection. The Contractor shall have five business days to correct the rejected deliverable and return it to the COTR for approval. 4.0 Invoicing Invoices and supporting documentation shall be submitted to the Contracting Officer (CO) and the Contracting Officer's Technical Representative (COTR) once all deliverables have been accepted by the government. Only after approval, may original invoices be submitted to the GSA's Finance Office. Supporting documentation shall include any information necessary to verify charges. Approved invoices should be sent to the address below: GSA, Financial Operations and Disbursements Division P.O. Box 419279 1500 E Bannister Road Room 1011 Kansas City, MO 64141 Invoices shall include, at a minimum, the following information and/or attached documentation: (i) Name of business concern/letterhead (ii) Applicable GSA contract number (i.e. GSA form 300, block 2) (iii) ACT number as shown on the task order (i.e. GSA form 300, block 4) (iv) Invoice date and separate/distinct number (v) Description of services and dates upon which services were rendered (vi) Payment terms (vii) Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent or to contact in case of defective invoice (viii) Total charges for the billing period (ix) Cumulative expenditures through the billing period. 5.0 Contract Requirements 5.1 Non-Disclosure Agreement The Contractor agrees that- • Any information obtained through its effort on this contract will not be disclosed or used for any purpose other than that which it was furnished without the written authorization of the Government; • Its employees, agents and representatives shall immediately notify the Contracting Officer as soon as they become aware of any unauthorized disclosure or use of information obtained through their work on this contract; and • All employees, agents or representatives working on this contract shall sign a non-disclosure statement (see Attachment A). 5.2 Contract Administration The Contracting Officer is the only person authorized to make or approve any changes to the requirements or terms and conditions of this contract. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The following individual is the GSA Contracting Officer responsible for administration of this contract: Rose Rivera Contracting Officer Office of Acquisition Management 2200 Crystal Drive, Suite 806 Arlington, VA 22202 Phone: 703.605.9029 E-mail: rose.rivera@gsa.gov The Contracting Officer or the Contracting Officer's Technical Representative (COTR) is responsible for accepting all invoices under this contract. The following individual is the GSA COTR for this contract: Sean Seymour COTR Office of Acquisition Management 2200 Crystal Drive, Suite 806 Arlington, VA 22202 Phone: 703.605.9289 E-mail: sean.seymour@gsa.gov 5.3 Travel Travel will not be required under this contract and is not authorized. 6.0 Submission Instructions Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, it is incorporated by reference. The instructions below also apply to potential Offerors. In order to be considered for award, Offerors shall submit a complete proposal which consists of the following: • Completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items • Technical proposal containing all elements as detailed below • Price proposal containing the following elements: • Completed pricing table provided below • Information to support the Offeror's proposed pricing, including a description of the Offeror's pricing methodology 6.1 Technical Proposal 6.1.1 Factor One - GRI Certification The Offeror shall submit their GRI certification. 6.1.2 Factor Two - Technical Approach The Offeror shall provide: • A summary, not to exceed one (1) page, of the methodology contemplated to conduct the training • A detailed description of the course content, including: • GRI-certified portion of the training; and • Evidence of its alignment with GSA's SSPP. 6.1.3 Factor Three - Relevant Experience The Offeror shall demonstrate its experience in performing projects of similar size, scope, and complexity completed in the past five years. The Offeror shall provide no more than three relevant projects. Each project description shall be limited to one page or less. The Offeror shall provide the following for each project: • Name of the customer • Date of the environmental analysis • Description of the project addressing the following elements, at a minimum: • Size • Scope • Complexity • Results • Any complicated or unique issues associated with the project 6.1.4 Factor Four - Past Performance The Offeror shall provide the name, address, telephone number, fax number, and email address of the customer's point of contact for each of the projects discussed in Factor Three - Relevant Experience. The point of contact will be contacted by the Technical Evaluation Panel and asked questions regarding the Offeror's quality of service, quality of staff, timeliness of performance, and other issues. 6.2 Price Proposal The Offeror shall provide a complete cost estimate for the service described herein. Additionally, the Contractor shall provide a brief narrative justifying the proposed cost. Price per Student Number of Students Total Cost GRI Training $ 30 $ 6.3 Quote Submission All quotes shall be received by the Contracting Officer no later than 5 pm ET on Friday, September 16, 2011. GSA will not consider proposals received after this deadline. Proposals shall be submitted via email to the Contracting Officer at rose.rivera@gsa.gov and the Contract Specialist at erin.conaty@gsa.gov. Offerors shall label the email subject heading as "RFQ XX001-XX970 response". The point of contact for information regarding the solicitation is Erin Conaty. Offerors shall electronically send any questions regarding this procurement to rose.rivera@gsa.gov and erin.conaty@gsa.gov with the subject line "RFQ XX001-XX970 question", no later than 5 pm ET on Wednesday, September 14, 2011. Answers will be provided on FedBizOpps by 12 pm ET on Thursday, September 15, 2011. 7.0 Evaluation Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 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. The following factors shall be used to evaluate offers: GRI Certification - PASS/FAIL Technical Approach Relevant Experience Past Performance Price GRI Certification is the most important factor; offerors shall be evaluated as either pass or fail. The non-price factors: technical approach, relevant experience, and past performance are equally important. When combined, the non-price factors are more important than price. Award will be made using a best value determination. As the technical merits of quotes become similar award may be made based upon price. 7.1. Evaluation Factors The Government will evaluate the technical and pricing proposals based on the factors shown below: 7.1.1 Factor One - GRI Certification The Offeror will be evaluated as whether or not they are GRI certified. This factor is pass or fail. If the Offeror fails, then their quote shall be removed from further consideration. 7.1.2 Factor Two - Technical Approach The Offeror will be evaluated on the extent to which the proposed methodology to conduct the training meets the objectives outlined herein. 7.1.3 Factor Three - Relevant Experience The Offeror will be evaluated on the extent to which: • Relevant experience provided included projects that are similar in size, scope, and complexity to the requirements contained in the Statement of Work • Relevant experience projects have been completed in the past five years 7.1.4 Factor Four - Past Performance The Offeror will be evaluated on the extent to which: • The provided references offer information which gives the Government confidence that the Offeror can successfully perform the work. 7.1.5 Price The Offeror's price proposal will be evaluated to determine price realism and reasonableness. Prices that are excessively high or low (without sufficient justification) may be considered unrealistic and unreasonable and may receive no further consideration. The Government will evaluate the Offeror's proposed price to ensure that they are commensurate with the Offeror's commercially available prices. The Government reserves the right to reject any quote that includes any assumption that adversely impacts or affects the Government's requirements. 8.0 Applicable Clauses 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items, 552.203-71 Restrictions on Advertising 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 7 days. 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31f6dd916a212f40fa1264d922994292)
 
Place of Performance
Address: Performance under this contract is expected to occur at the Contractor's place of work., United States
 
Record
SN02570695-W 20110911/110910001131-31f6dd916a212f40fa1264d922994292 (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.