Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SOLICITATION NOTICE

R -- R - Training and Consulting Services to Accelerate the Development of Native American-Owned Entrepreneurial Businesses

Notice Date
8/22/2011
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
A11PS01388
 
Response Due
8/26/2011
 
Archive Date
8/21/2012
 
Point of Contact
Tom Moomaw Senior Contract Specialist 7033906408 leo.moomaw@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
Total Small Business
 
Description
Synopsis:Date August 22, 2011Classification Code: R - Professional, Administrative and Management Support ServicesNAICS: 611710This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is A11PS01338 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 611710 with a small business size standard of $7 million. The solicitation is a Total Small Business Set Aside and will contain the provision, "Notice of Total Small Business Set-Aside". Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. Any award resulting from this solicitation will be made to a small business concern. Definition. "Small business concern," as used in this solicitation, means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is offering on government contracts, and qualified as a small business under the size standard in the solicitation. The small business size standard for this acquisition is $7,000,000.00 in average annual receipts. Statement of Work: Training and Consulting Services to Accelerate the Development of Native American Owned Entrepreneurial Businesses 1. Description of Need. Tribal reservations are some of the most isolated and economically depressed areas of the country. The Reservations are plagued with high unemployment, limited education opportunities, poor infrastructure, and high rates of crime and substance abuse. The overall goal is to increase business development on Indian lands in order to assist these economically distressed communities. Developing and expanding Indian owned business will generate employment and economic growth within the community and, over time, have a significant impact on the U.S. economy as a whole. The Office of Indian Energy and Economic Development (IEED) has an agenda that includes assisting Native Americans in creating an ownership society in which wealth is created, retained, and reinvested in the local economies to provide self-sufficiency and sustainable revenue streams. Nurturing the growth and development of fledgling Native American businesses, and enhancing the wealth-creating capacities of established businesses, will help to make the vision of an ownership society within the Native American community a reality. IEED will be developing a partnership with a consulting service to assist Indian tribes and individual tribal members to develop and improve business management skills. The institution will develop a curriculum and provide training to enhance and accelerate development of Native American entrepreneurial businesses. 2. Objective. The Service Provider shall provide entrepreneurial educational services through entrepreneurial workshops to assist IEED to spur the development of Native-owned businesses. Starting a business in Indian Country is more than simply an economic activity of writing a business plan in order to gain investment funding, grants or obtaining a guaranteed loan. Rather developing the proper entrepreneurial capacity to start a new business enterprise is an intensely personal journey that requires both competency skills as an entrepreneur and the personal capacity to become entrepreneurial. The workshops will immerse participants in the core philosophy of entrepreneurship and take them on a culturally aware, guided journey through the process of converting their product or service ideas into a successful emerging business. The goal is to develop the entrepreneurial insights necessary to understand how to spot economic opportunity in order to develop new business enterprises that increases the dollar turnover rates in Native American reservation economies. 3. Tasks. a. Entrepreneurial Workshops. (1) One-day interactive workshop that covers the process of converting individual ideas into reservation-based business opportunities. Workshops are based on a proven entrepreneurship model for Native American entrepreneurs to develop awareness and understanding of the entrepreneurial mindset and business responsibility prior to writing a business plan. The outcome goal of each workshop is to develop a clear and concise consumer focus business concept from which the attendees can realistically see the economic goals ahead of them. (2) Workshops to be conducted on a total of four reservations designated upon by IEED and will be conducted during the remaining part of the 2011 calendar year. (3) The provider will additionally spend individual consultation time before and after each workshop as time permits with local entrepreneurs to assist in business idea development and strategy. b. On-site Field Entrepreneurial Training and Mentoring. (1) Two-day intensive entrepreneurial training sessions conducted one-on-one with identified entrepreneurs in a mentoring and business development capacity with the service provider. These sessions will focus on developing solid entrepreneurial capacity for the entrepreneur and business model, transaction model, and operations models for the new businesses that emerge. Emphasis will be placed on understanding the resource and capital needs of the new businesses that develop and a solid understanding of the accounting and cash flow issues inherent in any nascent new venture. The key to these sessions will be the reality focus on operating and sustainability and not purely idea or concept creativity. (2) A total of four sessions to be held during the timeframe of August 29 to December 31, 2011 on the Three Affiliated Tribes Economic Development Advisory Council (or its proxy) to help facilitate and guide strategy and dialogue on new business development activities. (3) Each session will be coordinated prior to arrival of the service provider with local entrepreneurs into one to four hour time blocks (e.g., from two to eight entrepreneur sessions available during each on-site visit). (4) Entrepreneurs that meet with the Service Provider during these on-site reservation sessions will also each receive an additional five hours of telephone mentoring and five hours of off-line research and development time. (5) The Service Provider will act as a field expert in entrepreneurship and new business development that helps to train and mentor reservation based entrepreneurs of the Three Affiliated Tribes Nation. The Service Provider's role is not to write business plans for entrepreneurs but to guide in their development. Where needed, the Service Provider will utilize his/her network of off-reservation resources for strategic economic partners' investors, access to debt or investment capital, other business building resources or advisors. c. Economic Turnover Rate Study. (1) The prior success of the workshops to stimulate entrepreneurial development activity through the lens of strategic economic opportunity identification versus waiting for self-identified entrepreneurial individuals to propose new business aspirations has caused a rethinking of how entrepreneurial economic results are measured on Native American reservations. In particular, many of the entrepreneurial firms that develop are very small businesses (1-3 people in size). Therefore, we propose looking at an alternative and more entrepreneurially useful method to gauge economic impact rather than the total number of jobs created (the State and Federal government's widely used metric of economic development success). In addition, the economic impact studies done by governmental agencies for the oil region of North Dakota speak primarily to the external oil industry's macro-economic impact on the regional Native American reservation economic fluidity. One of the classic economic challenges within reservation economies is the lack of sufficient dollar turnover rates (how many times a generated dollar in income is exchanged and converted in a local economy before it leaves the community). Therefore, it is proposed that an updated dollar turnover rate study be completed for the Three Affiliated Tribes with particular emphasis on identifying strengths and weakness (both sources of entrepreneurial opportunity) in the economic flow on the reservation. In addition, where possible, the study will provide 'what if' analysis of targeted entrepreneurial new business development as a guide to economic development strategy for the reservation entrepreneurs and tribal stakeholders. (2) The results will be shared with the Three Affiliated Tribes Economic Development Advisory Council, tribal stakeholders, and entrepreneurs as strategic and development insight to guide entrepreneur business development with a goal of improving the retention of dollars in the local economy as the result of entrepreneurial activity. (3) Study methodology and procedures will be designed and conducted under the guidance of the Service Provider, who will coordinate all activities of required human resources to complete this study. The study will focus on a bottom-up analysis of dollar turnover and retention on the reservation starting at the level of allottee income from oil and gas lease income and oil company secondary spending in the area for products and services to the company and their employees who stay and work in the reservation region. (4) The study will develop and utilize where possible a strategic partnership with the Three Affiliated Tribes College business program to recruit and engage students to assist with survey and data collection and communications to the reservation population. (5) A report from the study will be available for publication or distribution to policy makers, investors, and off-reservation economic development stakeholders in the region to be used as a baseline for further tracking of economic conditions on the reservation as the oil boom in western North Dakota develops. This survey and study will be targeted for completion by December 31, 2011. 4. Deliverables. The Service provider will produce and provide all printed materials for Workshops and Field Training Sessions. The Service Provider will provide necessary phone, email, and online access to individual entrepreneurs that desire or request contact with the Service Provider for the life of this contract. The Service Provider will provide IEED with Workshop and Field Training reports at the conclusion of each session. The Service Provider will be available to IEED at any time to discuss ongoing work progress or outcomes related to this contract as necessary to provide adequate communication and information flow necessary for IEED's needs. 5. Price Schedule. Four (4) Entrepreneurial Workshops at $________ each = $_________ (FFP)Four (4) On-site Field Visits at $________each = $___________(FFP)Dollar Turnover Rate Study $__________(FFP) Total Price $________(FFP) BIA shall perform source selection in accordance with the procedures in FAR Subpart 13.1 along with the provisions in FAR Part 12. The government shall make award to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the government, price or other factors considered. For this solicitation, all evaluation factors other than cost or price when combined are significantly more important than cost or price. Evaluation factors listed in descending order of importance are: Technical Approach and Experience. Offerors will be evaluated on the offeror's demonstrated understanding, knowledge of and technical capability to perform all requirements of the statement of work. Offerors should highlight previous work relevant to the tasks in the Statement of Work in terms of similar size, scope and complexity. Key Personnel. Offerors' quoted personnel will be evaluated on the extent to which they possess the appropriate education, technical and policy knowledge and expertise of the programs, issues, and task areas described in the SOW commensurate with the knowledge, skills and abilities necessary to fulfill this requirement. In addition, personnel will be evaluated on their experience in relevant project management, and possession of substantive, relevant knowledge within their respective subject areas of expertise. Additionally, the following expertise/education is highly desirable: Personnel QualificationsA. Teaching experience at an advance level (college or graduate level) B. Specialty in teaching entrepreneurshipC. Experience as an EntrepreneurD. Expertise in concept development, business plan development and marketingE. Conducted/participated in research related to entrepreneurshipF. Experience in "idea creation and development"? DegreeA. Advanced degree (graduate or doctorate) in business, economics or related fields of studyB. Extensive work experience in the field Type of Contract: The government contemplates a competitive fixed price contract. Period of Performance: The base period shall be award through December 31, 2011. Price. The contractor shall utilize the format in the Price Schedule. In this document the contractor shall propose all discounted pricing for the Workshops, Field Visits, and Study, including all assumptions and exceptions. REQUEST FOR QUOTE INSTRUCTIONS The contractor shall comply with the following instructions for preparing the Request for Quote (RFQ). Failure to comply with the terms and conditions stated herein may be interpreted by the government as a non-responsive quote and result in an unfavorable rating. The first page of the technical plan and the cost/price quote should each indicate the title: Training and Consulting Services to Accelerate the Development of Native American Owned Entrepreneurial Businesses. Font size for the quote shall be at least 12 point. Page margins shall be no less than 0.75 inch, single column style. Contractors shall limit their responses to twelve (12) double-sided pages or less including applicable tables, graphics, and appendices, excluding resumes, cover letter, and table of contents. The contractor shall provide a fixed price quotation via e-mail for this RFQ by 12 PM EST August 26, 2011 submitted to the email address below. Quotations must include the following: (A) fixed price for all deliverables proposed in response to this requirement; (B) a project plan describing the offeror's technical capability and proposed methodology for performing the tasks in the SOW. To receive full consideration, respondents must completely address each criterion in the SOW. Please provide general business information such as Tax Identification Number (TIN), business classification, socioeconomic status, and Dun and Bradstreet (DUNS) number. Awardee must be registered in Central Contractor Registration to be eligible for award. Please provide two (2) past performance references that demonstrate relevant past performance with particular emphasis on timeliness, responsiveness, professionalism, and cost control. Clauses: This 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. Quoters 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.acquisition.gov or contact the CO to receive a copy. Alternatively, quoters may cerify registration at https://orca.bpn.gov/. Provision FAR 52.252-1Solicitation 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 52.219-6 Notice of Total Small Business Set-Aside (Apr 1984); 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). FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). 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). Contracting Officer: Tom Moomaw, (703) 390-6408; leo.moomaw@bia.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01388/listing.html)
 
Place of Performance
Address: TBD
Zip Code: 20245
 
Record
SN02544963-W 20110824/110823000139-cd454cc4a3516770829482037d8f5b61 (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.