SOLICITATION NOTICE
U -- TPCC Interagency Trade Officer Training Program - SF-18
- Notice Date
- 12/8/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 813910
— Business Associations
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1350-15-RQ-0063
- Archive Date
- 1/2/2015
- Point of Contact
- Jemal, Phone: 2024821459
- E-Mail Address
-
jemal.williams@trade.gov
(jemal.williams@trade.gov)
- Small Business Set-Aside
- N/A
- Description
- SF-18 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The National Institutes of Standards and Technology (NIST) is conducting a procurement for the International Trade Administration, The Trade Promotion Coordinating Committee (TPCC). The RFQ number is SB1350-15-RQ-0063. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72. The request for proposal is issued as a small business set-aside under NAICS Code 813910. The size standard under this NAICS Code is $7.5 Million. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to jemal.williams@trade.gov. Questions should be received no later than Thursday December 11th, 2014 at 12:00 pm EST. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) Performance Work Statement for Organizing, Further Developing, and Conducting The TPCC Interagency Trade Officer Training Program 1. Background The Trade Promotion Coordinating Committee (TPCC) is a Congressionally-mandated interagency task force made up of the heads of 20 U.S. Government agencies with oversight of, or responsibility for, trade and is chaired by the Secretary of Commerce. The TPCC was created by the Export Enhancement Act of 1992 to coordinate the export promotion and export finance activities of the U.S. Government. One of the chief statutory duties of the TPCC is to ensure better delivery of services to U.S. businesses. The mission of the U.S. Department of Commerce, International Trade Administration (ITA), is to strengthen the competitiveness of U.S. industry, promote trade and investment, and ensure fair trade and compliance with trade laws and agreements. The Under Secretary for ITA serves as the de facto Deputy Chair of the TPCC. For this reason, the TPCC Secretariat is located within ITA. One of the mandates of the legislation which created the TPCC is a yearly report due to Congress detailing the National Export Strategy. The 2002 National Export Strategy Report called on the trade promotion agencies to develop a training program to improve customer service by strengthening interagency cooperation and client management. Prior research indicated that customer service would improve if trade promotion staff in each agency had a more sophisticated understanding of the programs of other Federal agencies in addition to their own, and how they all interrelate and can complement each other, in order to best serve the needs of their clients. 2. Purpose The purpose of this acquisition is to support the needs and priorities of the TPCC Interagency Trade Officer Training Program. The training program for Government Trade Officers and government business assistance representatives, increases their knowledge and understanding of the array of Government assistance programs available to businesses, and also improves the communication between the trade promotion agencies and the working relationships between Government trade assistance staff. This training is directed toward improving the coordination of and collaboration by the various programs and the leveraging of resources to better serve clients and align efforts with cross-governmental trade promotion priorities. 3. Scope The purpose of this acquisition is to provide three three-day training sessions to approximately 150 the Trade Officers and government business assistance representatives to accurately gauge their customers' needs, assess different programs on behalf of clients, and make appropriate referrals to federal, state, and local resources. Each session will address at a specific level, the full array of Federal export promotion, finance, advocacy, market access, and regulatory compliance programs and services that are available, as well as at a broader level; issues surrounding the changing global marketplace. 4. Specific Tasks and Deliverables 4.1 Task Area 1 - Organization and facilitation The contractor shall develop, organize and facilitate three three-day training sessions each year. The Contractor shall schedule and arrange for expert presenters from across the Federal Government and private sector. The Contractor shall organize approximately 7 panels and coach all Government agency presenters to address various trade promotion themes (e.g., interagency client referrals, information sharing, program coordination, export regulation, trade finance), each three-day session The Contractor shall develop 3 to 4 interactive exercises, including one customer-value creation exercise and at least two exercises on complex barriers to exporting and corresponding cross-governmental solutions. For each cross-governmental solution exercise, the contractor shall recruit 3 to 4 prominent U.S. company or trade association representatives and develop with each representative a different real-world case study for the representative to present to break out groups (i.e., 6-8 private sector experts made available for each three day session. Each session, the contractor shall distribute and collect participant feedback forms, including ratings and comments on each speaker and on the course content, including whether the course effectively increased the participant's knowledge of government-wide trade promotion programs for U.S. businesses and whether the participant has been equipped to more effectively work with other Federal agencies in serving external clients. The contractor shall prepare a report for the Government that compiles all ratings on speakers and consolidates all comments on the session. The contractor shall review the participant feedback report with the COR at the conclusion of each of the training sessions. 4.2 Task Area 2- Course Content The contractor shall develop the course content for each three-day session. The course content must demonstrate acumen across multiple trade promotion federal agencies, to include: • U.S. Department of Commerce: o International Trade Administration o National Institute of Standards and Technology/Manufacturing Extension Partnership o Minority Business Development Agency o U.S. Census Bureau o Bureau of Industry and Security • Export-Import Bank of the United States • Small Business Administration • U.S. Trade and Development Agency • U.S. Department of Agriculture/Foreign Agriculture Service • U.S. Department of State • Overseas Private Investment Corporation The course content areas must demonstrate an understanding of U.S. business perspectives and the needs and concerns of U.S. exporters The course content and materials must give participants a clear understanding of: - Competitive pressures in the global economy and their impact on the customer service expectations of U.S. companies, particularly small and medium-sized enterprises. - Best practices Government can employ to create customer value and seamless service delivery across agencies - Export counseling, marketing, and matchmaking programs throughout Government, as well as client intake and referral procedures - Federal market research and export business planning resources on line, including Business.USA.gov, trade.gov, and export.gov. - Trade financing challenges and Federal financing and risk management solutions - Federal trade advocacy, foreign market access, and trade agreements compliance services, including resources for addressing global standards and intellectual property issues - Avoid duplication and leveraging other agencies' resources to improve customer service. - Other Government programs and policies that U.S. exporters must consider and/or comply with, such as, U.S. export regulations and customs procedures 5. Deliverables Deliverable Due Date Course Curriculum TBD End of Session report TBD 6. Task Performance Objectives, Measures and Expectations Performance Measure Performance Expectation a) Completeness Deliverables will be 100% complete. b) Accuracy Deliverables will be 100% accurate. c) Effectiveness All deliverables must contribute to the overall success of the Task/Subtask. d) Timeliness All deliverables will be on time and within schedule. 7. Period of Performance The term of the contract will be a base year with four option years to be exercised at the discretion of the Government. 8. Place of Performance Arlington, VA 9. Government Provided Resources NA   PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran; 1352.209-70, Potential Organizational Conflict of Interest; 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 (APR 2010)-Commercial Items including subparagraphs: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161); 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 1352.201-70, Contracting Officer's Authority 1352.201-72, Contracting Officer's Representative (COR) 1352.209-73, Compliance With The Laws INSTRUCTIONS: SAM.GOV REGISTRATION In accordance with FAR 52.204-7, the awardee must be registered in the SAM.GOV DATABASE (www.sam.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their Quotations via email not later than 12:00 p.m. Eastern Time on Thursday December 18th, 2014. FAX quotations shall not be accepted. E-mail quotations to jemal.williams@trade.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price. Price quotations shall remain valid for a period of 30 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original electronic version of the technical quotation. The technical quotation shall address the requirements as outlined in the SOW. QUOTATION EVALUATION: Evaluation Factors ***EVALUATION CRITERIA: 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APRIL 2012) The Government will issue an order resulting from this request for quotation to the responsible Offeror whose quotation results as "best value at the lowest delivered price". *** Technical Approach and Capability- The offeror will be evaluated for its demonstrated approach and capability to successfully perform the requirements identified above. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of a CAR provision or clause may be accessed at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=4e688f283b79af361b0d640fd9f28ed6&rgn=div5&view=text&node=48:5.0.6.43.1&idno=48.*** Technical Capability: Evaluation of technical capability shall be based on the information provided in the quotation. DOC/ITA will evaluate whether the offeror has demonstrated that its proposed solution meets or exceeds all minimum requirements. The Government will evaluate the offeror's Technical capability to conduct the scope and service areas of the statement of work to determine its overall understanding of the requirements and the extent to which its proposed approach will ensure successful performance of this effort. Quotations that do not demonstrate the proposed solution meets all requirements will not be considered further for award. Past Performance: The Government will evaluate the offeror's past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. The past performance evaluation will be scored on a pass (satisfactory)/fail (unsatisfactory) basis depending on whether the firm has successfully performed similar work within the last three years. The Government will use its discretion to determine the sources of past performance information used in the evaluation and the information may be obtained from references provided by the offeror, the agency's knowledge of contractor performance, other Government agencies or commercial entities, or past performance databases. NOTE -- If an offeror does not have a history of relevant contract experience, or if past performance information is not available, the offeror will receive a neutral past performance rating. Price: The Government will evaluate price for reasonableness mathematical completeness. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1350-15-RQ-0063/listing.html)
- Place of Performance
- Address: Arlington, Virginia, United States
- Record
- SN03590029-W 20141210/141208234358-114b2bfdad21ab9b53f76d5555715498 (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 |