Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2008 FBO #2482
DOCUMENT

B -- HIV AIDS Evaluation - Attachment #1

Notice Date
9/10/2008
 
Notice Type
Attachment #1
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
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-08-Q-88000841
 
Archive Date
10/7/2008
 
Point of Contact
Alicia M Steele,, Phone: 202-692-1626
 
E-Mail Address
asteele@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, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is PC-08-Q-88000841 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 541720 with a small business size standard of $7.0M. This requirement is set-aside for small business vendors and only qualified vendors may submit quotations. SCHEDULE OF SUPPLIES AND SERVICES CLIN 0001 - HIV AIDS Evaluation, Burkina Faso Final Report to be delivered in accordance with SOW. Quantity = 1 each 0002 - HIV AIDS Evaluation, Burkina Faso A procedure manual to be delivered in accordance with SOW. Quantity = 1each 0003 - HIV AIDS Evaluation, Burkina Faso Evaluation tools to be delivered in accordance with SOW. Quantity = 1 lot 0004 - Travel, Burkina Faso Quantity = 1 lot 0005 - HIV AIDS Evaluation, Ghana Final Report to be delivered in accordance with SOW. Quantity = 1 each 0006 - HIV AIDS Evaluation, Ghana A procedure manual to be delivered in accordance with SOW. Quantity = 1 each 0007 - HIV AIDS Evaluation, Ghana Evaluation tools to be delivered in accordance with SOW. Quantity = 1 lot 0008 - Travel, Ghana Quantity = 1 lot 0009 - HIV AIDS Evaluation, Panama Final Report to be delivered in accordance with SOW. Quantity = 1 each 0010 - HIV AIDS Evaluation, Panama A procedure manual to be delivered in accordance with SOW. Quantity = 1 each 0011 - HIV AIDS Evaluation, Panama Evaluation tools to be delivered in accordance with SOW. Quantity = 1 lot 0012 - Travel, Panama Quantity = 1 lot The Peace Corps reserves the right to award a contract for services performed in one country or multiple countries subject to funding at the firm fixed price proposed by vendors. See Attachment #1 to this combined synopsis/solicitation for the full statement of work. INSTRUCTIONS TO OFFERORS Solicitation provisions at FAR 52.212-1, Instructions to Offerors-Commercial Item are hereby incorporated by reference. All questions regarding this RFQ must be submitted via email to asteele@peacecorps.gov by 5:00PM EST on Friday, September 12, 2008. Quotes are due by 5:00PM EST on Monday, September 22, 2008 and shall be emailed to asteele@peacecorps.gov or faxed to (202) 692-1590, ATTN: Alicia Steele. Only email or fax quotes will be accepted. Offerors shall submit quotes to include the items listed below, as a minimum. 1 – Resumes of Key Personnel. 2 – Technical approach and management for performing the requirement. • Work plan (if not using the one shown in Section VI of SOW) • Research design • Detailed description of evaluation methodology • Evaluation measures for the primary and secondary research questions • Standards of evidence • Limitations of approach 3 – Past performance information. 4 – Writing sample of a final report from a previous research project. 5 – Complete FAR 52.212-3, Offeror Representations and Certification-Commercial Items. EVALUATION The Government will award a firm fixed price 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: 1 – Resumes of Key Personnel as defined in Section IX. 2 – Technical Approach and Management • Technical and creative merit of the proposed plan in addressing the main objectives of the evaluation • Technical and creative merit of the proposed plan for answering the primary and secondary research questions listed above • Clear plan for how quality will be ensured in data collection and analysis • Clear plan for training host country researchers/individuals in primary data collection • Evidence of good organizational and management practices 3 – Past performance to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offerors who describe similar contracts shall provide a detailed explanation demonstrating the similarity of the contracts to the requirements of the RFQ. Offerors must either provide the above information or affirmatively state that it possesses no relevant directly related or similar past performance. In evaluating past performance, the Government may contact some of the references provided by the offeror and/or other sources of information. 4 – Writing sample 5 – Price All factors other than price, when combined, are more important than price. CLAUSES The following clauses apply to this solicitation and the resultant contract. FAR clause 52-212-4, Contract Terms and Conditions-Commercial, is hereby incorporated by reference. The following FAR clauses in paragraph (b) or FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-3, 52.225-13, and 52.232-33. The full text of a clause may be accessed electronically at http://www.arnet.gov. 52.217-8 -- Option to Extend Services (November 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 six (6) months. Rights to Intellectual and/or Creative Data (Peace Corps May 2003) All Contractor’s rights or interests, including but not limited to, rights under copyright laws (federal otherwise) and copyright common law, in any and all deliverable items, collateral materials, or any other products created or provided under this contract shall hereby be assigned and transferred to the Peace Corps in this contract, including the right to modify same, to use same, and to authorize others to use same in their original or modified form for any purpose. Personnel Security Requirements (Peace Corps November 2005) It is the policy of the Peace Corps to exclude from engagement via contractual relationship, including subcontracts, any individuals who have engaged in intelligence activity or related work or who have been employed by or connected with an intelligence agency either directly or by way of contract. Use of Peace Corps Name and Logo (Peace Corps October 2007) 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. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a38b1a2b838cfca00d10157867147778&tab=core&_cview=1)
 
Document(s)
Attachment #1
 
File Name: Attachment #1 is the full statement of work to this combined synopsis/solicitation. (Attachment #1_SOW_HIV AIDS Evaluation_2008-09-10.doc)
Link: https://www.fbo.gov//utils/view?id=d05742b1e65757fe6e6d47df8b521057
Bytes: 137.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1111 20th Street NW, Washington, District of Columbia, 20526, United States
Zip Code: 20526
 
Record
SN01665569-W 20080912/080910221056-a38b1a2b838cfca00d10157867147778 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.