SOLICITATION NOTICE
R -- EXPERT ADVISOR FOR THE HAZARD ANALYSIS AND CRITICAL CONTROL POINT (HACCP) ON-SITE EXAMINATION TRAINING FOR OFFICIALS FROM THE GOVERNMENT OF THE ARAB REPUBLIC OF EGYPT
- Notice Date
- 8/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary Business Solutions, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230
- ZIP Code
- 20230
- Solicitation Number
- SA1301-03-RQ-0053
- Response Due
- 9/5/2003
- Archive Date
- 9/20/2003
- Point of Contact
- Cherita Toulson, Contracting Specialist, Phone (202) 482-2062, Fax (202) 482-4988, - Mona-Lisa Dunn, Contracting Officer, Phone 202-482-6414, Fax 202-501-8122,
- E-Mail Address
-
ctoulson@doc.gov, mdunn@doc.gov
- Small Business Set-Aside
- Total Small Business
- Description
- NAICS code 541199. In accordance with Federal Acquisition Regulation Part 13 ?Simplified Acquisition Procedures? (48 CFR Part 13), the United States Department of Commerce is providing widespread notice of this acquisition opportunity and is requesting proposals from interested offerors who are capability of providing technical assistance to the Government of Egypt (GOE) to implement and regulate an effective Hazard Analysis and Critical Control Point (HACCP) food safety system in Egypt. The Advisor will work with the United States Department of Commerce Commercial Law Development Program (CLDP) and the Egyptian Organization for Standardization and Quality Controls (EOS) of the Ministry of Industry and Technological Development on this program. This contract is for up to fifteen (15) days of work. The successful contractor will be required to work with U.S. Government and GOE officials for two weeks in Cairo, Egypt. It is anticipated that work in the Country will commence on or about September 26, 2003. Evaluation Criteria. The contractor should have the following technical capabilities: A. Significant experience (at least 10 years) developing and implementing HACCP programs; B. Significant experience (at least 10 years) instructing courses on how to establish and maintain effective HACCP programs; C. Experience developing curricula and training materials for HACCP programs; and D. Experience working internationally or with multinational audiences. Response Requirements. Interested offerors are requested to submit a brief capability statement (not to exceed five (5) pages) which comprehensively addresses each criterion set forth above. Cost and technical proposals are not required and will not be considered at this time. The Government will review and evaluate timely received capability statements and those offerors who meet the Evaluation Criteria will be deemed ?qualified?. The Government will then furnish each qualified offeror with a draft copy of the Statement of Work, source selection criteria and proposal instructions. The Government may enter into discussions with qualified offeror after receipt of capability statements and after receipt of proposals. If the Contracting Officer determines that such discussions are necessary, the Government will notify qualified offeror of the date/time for such discussions. For the sake of clarity, the Government may communicate with qualified offeror at any point during evaluation of the capability statements and proposal evaluation process. The Government also reserves the right to award without discussions at the Contracting Officer?s discretion. Contract Type and Period of Performance. The Government anticipates issuing a Purchase Order for a firm-fixed price that will require the contractor to complete the required work within 30 days of Purchase Order award. Additional Information. Compliance with protocol between the governments of the Country and the United States of America in connection with performance of the Contract will be required. Qualified offerors will be briefed on the protocols and security requirements. The protocols and security requirements are not available for public dissemination. Qualified offerors who have been provided with the protocol and security information will be forbidden from disclosing the terms, content and procedures of the protocol and security. Furthermore, while in the County, the selected contractor will be representing the Commercial Law Development Program, the U.S. Department of Commerce and, by extension, the United States Government. The contractor will therefore be required to adhere to all applicable ethics codes in effect in their respective jurisdictions and professions and contractors also must adhere to applicable federal conflict of interest statutes and standards of conduct. Response Requirements. Interested offerors must submit two (2) copies of capability statements on or before 09/05/03. The capability statements must specifically and comprehensively address the Evaluation Criteria and be submitted in writing. The address to which Capability Statements must be addressed and sent is: Cherita Toulson, Contract Specialist, U.S. Department of Commerce, Room 6521, 1401 Constitution Avenue, N.W., Washington, D.C. 20230. Electronic (e-mail) versions of the Capability Statements must be in Microsoft Word format and sent to Ctoulson@doc.gov. All Capability Statements must be sent to assure receipt by the Government on or before 3:00 p.m. EST, September 5, 2003.
- Record
- SN00408615-W 20030823/030821213507 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |