Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2011 FBO #3444
SOLICITATION NOTICE

U -- Tribal Consultation Policy Facilitator

Notice Date
4/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
K7ASIA11001
 
Response Due
5/3/2011
 
Archive Date
4/27/2012
 
Point of Contact
Quiana Galloway Contract Specialist 7033096521 quiana.galloway@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; 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. This solicitation is issued as a Request for Quote (RFQ). This is anticipated to be a firm-fixed price type contract. The following is the Statement of Work (SOW): SCOPE OF WORKThe scope of this statement of work is to procure professional facilitation services for the Alaskan Native Leaders Consultation Team (ANLCT) located in Anchorage, Alaska. These in-Person and teleconference meetings will hold draft sessions for the creation of the Alaskan Native Corporation (ANC) consultation policy starting in May 03, 2011 and ending in December 31, 2011. The contractor will work in close collaboration with Department of the Interior (DOI) staff to complete the project. WORK DESCRIPTIONPlanningDetermine a culturally-appropriate deliberative process - based on experience with hosting difficult conversations within the Alaska Native community relating to inter-generational relationships, community wellness, relationships with land, developing a common vision for the future, public policy, culture, and capacity-building - among Alaska Native leaders of varying village and cultural origin, demography and institutional affiliation to bring the ANLCT together both in person and via teleconference to draft the ANC consultation policy.Determine a timeline for completion of the project. ExecutionIn accordance with the culturally-appropriate process set forth in the planning stage, facilitate an in-person meeting of the ANLCT to develop the draft ANC policy.Host at least two meetings via teleconference of the ANLCT to harness input on the draft policy and to generate additional ideas on the policy.Craft an evaluation report to be submitted to DOI. PLACE OF PERFORMANCEThe in-person meeting will occur in Anchorage, Alaska, with follow-up drafting work occurring at the contractor's work place. Teleconferences may be joined from any operational telephone. PERIOD OF PERFORMANCEThe anticipated start of the planning stage is May 03, 2011. The close of the contract will be December 31, 2011. DELIVERABLESDeliverable - Draft DocumentAt the in-person meeting of the ANLCT and in collaboration with Department personnel, the contractor will develop the first draft of the ANC consultation policy by the end of the in-person meeting. Deliverable - Checklist of Outstanding ProvisionsFollowing public comment on the draft policy, the contractor will facilitate an ANLCT meeting to review comments received and to develop a checklist of outstanding provisions to be considered for inclusion in the policy. Deliverable - Evaluation ReportThe contractor will host a final meeting of the ANLCT to discuss the final policy and to conduct an ANLCT evaluation of the process. The contractor will submit a report documenting the feedback of the ANLCT by December 31, 2011. INSPECTION AND ACCEPTANCE Final inspection and acceptance of all contractor-specific deliverables will be performed at the DOI Washington, D.C. central office. GENERAL ACCEPTANCE CRITERIAGeneral quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work.Clarity-Work products shall be clear and concise.Consistency to Requirements-All work products must satisfy the requirements of this statement of work.Format-Work products shall be submitted in hard copy where applicable or in media mutually agreed upon prior to submission. Timeliness-Work products shall be submitted on or before the due date specified in this statement of work or submitted in accordance with a later scheduled date determined by the government. ADMINISTRATIVE CONSIDERATIONSCorrespondenceTo promote timely and effective administration, correspondence shall be subject to the following procedures:Correspondence where technical issues relate to compliance with the requirements herein shall be addressed to the Contracting Officer (CO). All other correspondence, including invoices, that which proposes or otherwise involves waivers, deviations, or modifications to the requirements, terms, or conditions of this SOW, shall be addressed to the CO with an information copy to the Contracting Officer's Representative. Non-payment for Unauthorized WorkNo payments will be made for any unauthorized supplies or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed CO. Only a duly appointed CO is authorized to change the specifications, terms, and conditions under this effort. Contract Officer RepresentativeThe COR is the individual within the Program Management function who has overall responsibility for this effort. The COR supports the administration of this effort by:Making final decisions regarding any recommended rejection of deliverablesProviding technical clarification relative to overall workload mattersProviding advice and guidance to the Contractor in the preparation of deliverables and servicesProviding acceptance of deliverable products to ensure compliance with requirementsThe COR also provides technical direction to the Contractor, i.e., shifting work emphasis between areas of work; fills in details; or otherwise serves to accomplish the purposes of this effort. Technical direction shall be within the general statement of work for this effort. The COR does NOT have the authority to and may NOT issue any technical direction which:Constitutes an assignment of work outside the general scope of this effort;Constitutes a change as defined in the Changes clause;In any way causes an increase or decrease in cost or the time required for performance;Changes any of the terms, conditions, or other requirements of this effort; andSuspends or terminates any portion of this effort.All technical direction shall be issued in writing by the COR or will be confirmed by the CO in writing within 10 calendar days after verbal issuance. In addition to providing technical direction, the COR will:Monitor the Contractor's technical progress, including surveillance and assessment of performance; and determine any changes in the requirement;Perform inspection and acceptance or recommendation for rejection of Contractor deliverables and identify deficiencies in delivered items. DISCLOSURE OF INFORMATIONInformation made available to the contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. If public information is provided to the contractor for use in performance or administration of this effort, the contractor, except with the written permission of the Contracting Officer, may not use such information for any other purpose. If the contractor is uncertain about the availability or proposed use of information provided for the performance or administration, the contractor shall consult with the CO regarding use of that information for other purposes. The contractor agrees to assume responsibility for protecting the confidentiality of Government records, which are not public information. Each offeror or employee of the contractor to whom information may be made available or disclosed shall be notified in writing by the contractor that such information may be disclosed only for a purpose and to the extent authorized herein. PERSONNEL PERFORMANCE/REPLACEMENTThe Government reserves the right to judge the technical skills of all individuals assigned to this effort and to request a replacement if such is deemed necessary by the Government. The Government reserves the right to accept or reject any proposed individual with written notification. The Government reserves the right to judge the qualifications and acceptability of any individual proposed by the contractor for any position, and may require the contractor to replace an individual whose qualifications and suitability are judged deficient with written notification.For temporary and/or permanent replacement of personnel, the contractor shall provide a resume for each individual to the CO of any changes in personnel assignment at least one week, or as mutually agreed upon, prior to making any personnel changes, prior to that individual's reporting for work on this effort. The contractor will afford the Government the opportunity to interview the replacement candidate, if requested. Also, the contractor personnel must submit necessary information to be issued a clearance prior to reporting for performance. INVOICINGThe Contractor shall bill no more than once monthly and in accordance with FAR 52.212-4(g). Invoices must include, as a minimum, the following information for each individual:NameTime Period CoveredProductive Direct Labor Hours for the current billing period and cumulative to dateLabor CategoriesHourly RateAny Travel or Other Direct Costs (ODCs) incurred including supporting documentation and receipts for all charges for the current billing period and cumulative to dateThe contractor shall bill all services rendered against the appropriate contract line item number (CLIN). Quality AssurancesBoth parties (Government and Contractor) will sign a statement provided by the contractor indicating that both parties are in agreement that the tasks have been completed in accordance with this Statement of Work. The Government will not be liable for any additional work not identified by the contractor before the acceptance of this contract. All acceptances of work issues should be resolved with the Bureau point-of-contact. 52.212-02 EVALUATION -COMMERCIAL ITEMS (a) 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: (In order of importance) (1) Past Performance, (2) Key Personnel, (3) Price, (4) knowledge of Alaska Native issues and culture, (5) Native American/Indian Owned Business. The Government may award a contract without discussions with offeror's. Award will be made based on "best value" to the government via the tradeoff process. "Best value" is defined as the offer that results in the most advantageous solution for the Government, in consideration of the evaluation criteria. Proposals shall be evaluated in accordance with FAR Part 8. All evaluation factors other than price, when combined are significantly more important than price. (b) 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 specified 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. EVALUATION FACTORS (1) Past Performance-Relevant/similar contracts and past projects. Only past performance data regarding relevant past performance completed within the last three years, or work that is ongoing, is evaluated. (Limit 2 pages) (2) Key Personnel-Resumes of all personnel expected to work this effort. (Limit of 2 pages per resume). Organizational chart to include descriptions of the duties and responsibilities of each contractor employee proposed. (Limit 2 pages) (3) Price-breakdown. Which may use any or all of several bases of comparison including the independent government estimate, current or recent prices for the same or substantially the same services purchased in comparable quantities under similar terms and conditions, comparisons with market prices of commercial services, and the GSA contracts. Award of this contract may be made using best value. (Limit 2 pages) (4) The general familiarity and general knowledge of the contractor staff with Alaska Native issues, including issues associated with Alaska Native history or culture or Federal Indian policy or U.S. - Alaska Native relations. (5) Native American/Indian Owned Business-BIA encourages the participation of Native American/American Owned vendors in accordance with FAR 52.226-1; Utilization of Indian Organizations and Indian-Owned Economic Enterprises & DIAPR 1452.226-70/71; Indian Preference and Indian Preference Program. BIA 1452.280-3; Subcontracting limitations, A contractor shall not subcontract to other than Indian Firms more than 50 percent of the work under a prime contract award pursuant to the Buy Indian Act. For this purpose work to be performed does not include the provision of materials, supplies, or equipment. CLAUSESThis solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Bidders must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1,Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996); 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984). POINT OF CONTACTNo telephone calls please. Questions shall be submitted via email to Contract Specialist: Quiana.Galloway@bia.gov no later than Monday, May 02, 2011 8:00am ET. DEADLINEResponses/Quotes must be submitted to Contract Specialist: Quiana.Galloway@bia.gov no later than Tuesday, May 03, 2011 at 2:00pm ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/K7ASIA11001/listing.html)
 
Place of Performance
Address: Anchorage, Alaska
Zip Code: 99501
 
Record
SN02436111-W 20110430/110428235059-ff3e3082ba4fc82328840f48b942b909 (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.