SOLICITATION NOTICE
R -- DESK STUDY (DS): FOR WORLDWIDE - POWER TRANSMISSION DISTRIBUTION AND SMART GRID APPLICATION - SF 1449 RFP-PO201491166 WORLDWIDE DS - Package #2 - ATTACHMENT 4 DESK QUOTATION SHEET RFP-PO201491166 - ATTACHMENT 3 CONTRACTOR BIO SHEET - ATTACHMENT 2
- Notice Date
- 4/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- United States Trade and Development Agency, USTDA Contracts Office, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia, 22209-3901
- ZIP Code
- 22209-3901
- Solicitation Number
- RFP-PO201491166
- Point of Contact
- Tyrone W Johnson, Phone: 703-875-4357, Garth A. Hibbert, Phone: 703-875-4357
- E-Mail Address
-
tjohnson@ustda.gov, ghibbert@ustda.gov
(tjohnson@ustda.gov, ghibbert@ustda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 Adjectival Rating ATTACHMENT 3 CONTRACTOR BIO SHEET ATTACHMENT 4 DESK STUDY QUOTATION SHEET RFP-PO201491166 WORLDWIDE Attachment 1 Scope of Work (SOW) RFP-PO201491166 SF 1449 RFP-PO201491166 Worldwide DS REQUEST FOR QUOTE: Solicitation Number: RFP-PO201491166, Desk Study (DS) Worldwide - Power Transmission, Distribution and Smart Grid Application is being issued as a RFP. This request for commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and procedures in Subpart 13.1 as supplemented with additional information included in this notice. This announcement constitutes the only RFP; offers are being requested and written solicitation will not be issued. This solicitation is being issued IAW FAR Subpart 13.104. The Government will award a contract resulting from this solicitation to the offeror who is deemed responsible and is determined, based on the evaluation factors and sub factors, to represent the best value to the Government. OFFEROR'S PROPOSAL MUST BE PREPARED, SUBMITTED, AND WILL BE EVALUATED AS DESCRIBED BELOW: 1. QUOTE DUE DATE: Your quote must be received no later than 4:00pm local Arlington, VA time on Friday, May 16, 2014. Late proposals will be processed in accordance with Federal Acquisition Regulation guidance. 2. OFFER SUBMISSION: Send you offer by email to contractproposals@ustda.gov which is due no later than 4:00pm, local Arlington,, VA time on Friday, May 16, 2014. Proposals submitted by facsimile or to alternate email addresses will NOT be accepted. 3. QUESTIONS RELATING TO THIS SOLICITATION: Questions regarding this RFQ must be submitted by 12:00pm, local Arlington, VA time on Friday, May 9, 2014 to contractproposals@ustda.gov. Telephone calls are not acceptable. Written questions will be answered in writing and provided to all offerors via a posting to FedBizOpps. 4. NOTICE REGARDING SUSPENSION/DEBARMENT/INELIGIBILITY: Any contract awarded to a contractor who, at the time of award was suspended, debarred, and ineligible for receipt of contract with Government Agencies or in receipt of a notice of proposed debarment from any Government Agency, is voidable at the option of the Government. 5. SAM DATABASE : All Contractors must be registered in the Systems for Award Management (SAM) database via https://www.sam.gov/portal/public/SAM/ in order to be eligible for contract award. Lack of registration in SAM will make an offeror ineligible for award as described in FAR 52.204-7. Do NOT delay submission of your offer pending receipt of a CAGE code. 6. SET-ASIDE: This procurement is a 100 percent Total Small Business Set-Aside under NAICS code 541690, Other Scientific and Consulting Services. Award is limited to U.S. Firms or U.S. individuals. Contractor and U.S. subcontractor employees used shall be either U.S. citizens on non-U.S. citizens lawfully admitted for permanent residence I the United States. Contractor use of subcontractors is limited to less than fifty percent of the proposed price. International transportation and insurance must have their nationality, source and origin in the U.S. local lodging; food and transportation in the host country are not subject to this restriction. 7. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: Please see the FEDBIZOPPS Attachment 1 to this solicitation. Vendors are reminded that failure to properly enroll in the SAM database and provide accurate Data Universal Numbering System (DUNS)/Tax Identification Number (TIN) information shall be excluded from award. 8. PROPOSED PRICE(S): Please submit proposed price(s) on the provided "Competitive Desk Study Cost Quotation Sheet" provide. Please see Attachment 4 to the RFQ. 9. INSPECTION AND ACCEPTANCE : All services are subject to the COR's final approval. All work will be inspected and accepted at USTDA's Office, Arlington, VA. 10. DELIVERIES OR PERFORMANCE: The performance of this contract shall start immediately after the effective date of award. The Contractor shall submit all deliverables under this Contract to the Contracting Officer's Representative (COR) as outlined in the Statement of Work. The Period of Performance for this Contract shall be twenty-four months from the date of the Contracting Officer's signature on the Contract. Performance of this contract shall be at the contractor's site, other locations in the U.S., and /or the designated host country. 11. SPECIAL CONTRACT REQUIREMENTS: This solicitation includes the following additional contract requirements and terms and conditions: • CONTRACTOR PERFORMANCE REQUIREMENTS AND KEY PERSONNEL: The Contractor shall provide the key personnel listed in its proposal to perform the work. Changes in key personnel may only be made with the Contracting Officer's prior written approval. • CONTRACTOR FOLLOW-ON (INELIGIBILITY). The Contractor and its subcontractors shall be ineligible to compete for, as a prime or subcontractor or otherwise, USTDA funded activities that result from this contract. USTDA reserves the right to grant a waiver, based upon FAR 9.503, if preclusion of the contractor or its subcontractors from the follow-on activity would not be in the Government's interest. This restriction shall remain in effect for three years from the completion of this contract. The contractor agrees to include this provision in all subcontracts to this contract. Contractor Insurance. • DEFENSE BASE ACT INSURANCE: Prior to departure to the host country, the contractor shall obtain Defense Base Act and Medical Evacuation insurance. Proof of such insurance shall be submitted with the initial invoice. Pursuant to FAR 52.228-3, the contractor is required to have DBA coverage for its employees performing work overseas. The contractor agrees to insert the defense base act insurance requirements in all subcontracts under this contract. • MEDICAL EVACUATION INSURANCE : In addition, all Contractor personnel working outside the United States shall have medical evacuation insurance for the days spent outside the U. S. The contractor agrees to insert the defense base and medical evacuation insurance requirements in all subcontracts under the contract. 12. CONTRACT CLAUSES : The clauses at 52.214-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. 13. INSTRUTIONS/CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS: The provision at FAR 52.212-1, Instructions of Offerors-Commerical, applies to this acquisition with the following addition: • TECHNICAL PROPOSAL: The contractor shall submit a Technical Proposal, not exceeding 5 pages, that documents their Technical/Financial Expertise and Desk Study Strategy/Approach (as outlined below in the evaluation factors for award), resumes for proposed key employees (not included in 5 page count), and reference information for at least one but not more than three clients for similar work in the last three years (not included in 5 page count). • PAST PERFORMANCE: The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this RFP, based on the offeror's demonstrated present and past performance. Provide any information currently available (letters of reference/appreciation, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality services for same or similar type contracts performed for Federal agencies and commercial customers. • In addition, the contractor shall provide a quote on the attached Competitive Desk Study Quotation Cost Sheet (Attachment 4) and completed Contractor Employee Biographical Data Sheets (See Attachment 3) for key personnel or a resume, in lieu of, incorporating all information contained within. 14. EVALUATION FACTORS FOR AWARD: FAR 52.212-2, Evaluation, Commercial Items (available at www.acquisition.gov under FAR), is being used. The following factors, in descending order of importance, will be used to evaluate all offers. All evaluation factors, other than cost or price, when combined, are significantly more important that cost or price. (1) TECHNICAL: The following sub-factors are listed in descending order of importance. Sub-factor 1: Relevant technical experience, knowledge of industry and sector; Sub-factor 2: Relevant experience in evaluating and developing international projects, including experience drafting Terms of Reference/budgets for studies; Sub-factor 3: Work plan, including ability to evaluate two or more project proposals simultaneously and strategy for evaluating risks, financial viability, and U.S. export potential (including U.S. sector competitiveness) of projects; (2) PAST PERFORMANCE: Demonstration of past performance through work samples and point of contacts including name, email address, and telephone number for similar type work. (3) PRICE All evaluation factors, other than cost or price, when combined are significantly more important than cost or price. Technical and Past Performance shall be evaluated using the adjectival ratings in Attachment 2 to the solicitation. The Government will evaluate price to determine the following: • Completeness : All information required by the solicitation has been submitted and is accurate. • Reasonableness: The Government will conduct a price analysis to determine whether the proposed prices are fair and reasonable. This determination may be accomplished by one or more of the techniques set forth in FAR 15.404-1(a)(b)(2). No adjectival ratings will be used to evaluate Price. 15. BASIS FOR CONTRACT AWARD: The Government will use Best Value Source Selection Procedures to evaluate offers and determine the best value. The Government will award a contract resulting from this RFP to the offeror who is deemed responsible in accordance with Federal Acquisition Regulation, as supplemented, who's proposal conforms to the RFP requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is determined, based on the evaluation factors to represent the best value to the Government. The Government seeks to award to the offeror who gives USTDA the greatest confidence that it will best meet or exceed the requirement affordably. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors and the Contracting Officer reasonably determines that the technical approach of the higher priced offeror outweighs the cost difference.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TDA/TDACO/TDACO/RFP-PO201491166/listing.html)
- Place of Performance
- Address: Headquarters:, United States Trade and Development Agency (USTDA), 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN03349541-W 20140427/140425234849-99e9e0333abe47ad7e0e48ec7bfe6022 (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 |