Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
SOLICITATION NOTICE

R -- U.S. DOI/ USAID Project for Colombian National Parks Unit, Bogota, Columbia

Notice Date
2/25/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Dept of the Interior - National Business Center 1849 C Street, NW MS 1324 Division of Acquisition Services - Washington Washington DC 20240
 
ZIP Code
20240
 
Solicitation Number
NBCQ04088
 
Response Due
3/12/2004
 
Archive Date
2/24/2005
 
Point of Contact
Ni'mat A. Shakoor Contracting Officer 2022085106 Nimat_A_Shakoor@nbc.gov;
 
E-Mail Address
Email your questions to 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
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Price quotations with technical proposals are being requested and a written solicitation will not be issued. This announcement is set-aside for small business and the associated Product Service Code is R408, Sic Code 8742 and the NAICS Code is 541611. The Department of the Interior, National Business Center, Acquisition Services Division, intends to award a Purchase Order (contract) for the requirement outlined below. The anticipated contract type is Firm Fixed Price. The following clauses are applicable to this acquisition. FAR 52.212-1 Instructions To Offerors - Commercial Items (Oct 2000), FAR 52.212-2 Evaluation - Commercial Items (Jan 1999), FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2002), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2003), FAR 52.204-7, Central Contractor Registration (Oct 2003), (CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO RECEIPT OF ANY AWARD. The website is http://www.ccr.gov. In order for contractors to register in CCR they must have a Dun and Bradstreet number first.), FAR 52.245-2 Government Property (Fixed-Price Contracts) (June 2003), Travel Clause: Commercial Contractor Reimbursable Travel Costs, National Business Center (Feb 2003): (a) In addition to the requirements of the allowable cost and payment clauses of this contract, claimed costs for transportation, lodging, meals, and incidental expenses are allowable subject to the limitations contained in the following paragraphs. (b) If this contract is with a commercial organization, Federal Acquisition Regulation (FAR) 31.205-46 governs the allowability of travel costs. (1) Costs incurred for lodging, meals and incidental expenses shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the: --Federal Travel Regulation (FTR), prescribed by the General Services Administration, for travel in the conterminous 48 United States, available online at http://www.policyworks.gov/org/main/mt/homepage/mmt/FTR/FTRHP.shtml; --Joint Travel Regulation (JTR), Volume 2, DOD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, The Commonwealth of Puerto Rico, and territories and possessions of the United States, available online at http://www.dtic.mil/perdiem/trvlregs.html; or --Department of State Standardized Regulations (DSSR) (government Civilians, Foreigh Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered in subparagraph (b)(1) above, available online at http://www.state.gov/m/a/als/prdm/. (2) Contractors may choose to be compensated for travel by using the Government per diem rate or the actual expenses method. Payment under either method chosen cannot exceed the maximum per diem rate in subparagraph (b)(1) of this clause unless the contractor receives advance approval by the contracting officer under the conditions in FAR 31.205-46(a)(3). Such costs are subject to the limitations stated herein, and the method used must result in a reasonable charge. (i) If the per diem rate is chosen, the contractor is required to provide receipts for transportation, lodging, and any other expenditures on the contractor's invoice which are in excess of $75.00. (ii) If the actual cost method is chosen, the contractor must provide supporting documentation and receipts to support actual costs incurred for all expenditures. (3) Airfare costs in excess of the lowest customary standard, coach, or equivalent airfare offered during normal business hours are unallowable except when such accommodations require circuitous routing; require travel during unreasonable hours; involve excessively prolonged travel; result in increased savings that would offset transportation costs; are not reasonably adequate for the physical or medical needs of the traveler; or are not reasonably available to meet mission requirements. Any airfare costs in excess of the above standard must be documented and justified to be allowable. (c) The contractor is required to make a good faith effort to obtain the lowest possible airfare in accordance with the foregoing applicable paragraph. This effort can be accomplished by a professional travel representative or an employee of the contractor. The contractor shall be prepared to defend any contractor-acquired airfare charges if the Government questions invoiced airfare charges as not being the lowest. End of Clause. The government may make an award resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation provisions, will be the most advantageous to the government, cost and other factors considered. Statement of Work The U.S. Department of the Interior's (DOI) International Technical Assistance Program (ITAP), with funding from the U.S. Agency for International Development (USAID), is assisting the Colombian National Parks Unit (CNPU) to improve the overall management of the Colombian Park system. DOI requires a contractor to analyze and monitor expenditures and provide reporting services on the following activities: the purchase and delivery of equipment; the design, planning, and construction of park infrastructure; the hiring of staffing in protected areas; and the training of park staff. The contractor will also provide other services as identified in this Statement of Work. Place of Performance: CNPU headquarters, Bogota, Colombia (no relocation or housing costs will be reimbursed) Work Hours: Monday through Friday, 9 AM to 5 PM (excluding holidays). There will be no overtime work or pay. Contracting Officer's Representative: The contractor will report directly to the ITAP Program Manager at DOI headquarters in Washington, DC. Timeframe: The term for this contract will be from award through 9/30/04 (Base Period of Performance), with 4 additional three-month option periods of performance. The contractor must demonstrate the following qualifications: " Fluency in Spanish and functional English, both spoken and written. " Have valid passport. " Experience in project analysis and the administration of budgets, contracts, and procurements. " Full knowledge of the Colombian national parks system. " Knowledge of USAID policies and procedures. " Knowledge of environmental nongovernmental organizations working in Colombia. " Ability to clearly and effectively communicate, orally and written, with a variety of sectors, including representatives from the Colombian and U.S. government, non-governmental organizations (NGOs), and private businesses. " Availability to travel within Colombia, as security allows, and to the United States. " Knowledge of environmental requirements under TITLE 22: Foreign Relations, CHAPTER II: Agency for International Development, Part 216: Environmental Procedures (22CFR216). The contractor will independently: " Monitor the hiring process used to ensure that it is a competitive process and that staff are hired according to the agreed workplan. " Monitor equipment purchases and delivery to ensure that procurement is consistent with USAID regulations and that the appropriate equipment is purchased according to the agreed workplan. " Monitor expenditures on operations, staff travel, infrastructure construction and maintenance to ensure that these expenditures are consistent with USAID regulations and appropriate based upon the workplan. " Monitor expenditures for staff training to ensure that expenditures are appropriate based upon the workplan. " Analyze any discrepancies between the actual number of park staff hired and the projected number of staff hires identified in the workplan and, if there are any discrepancies, provide recommendations to the ITAP Program Manager for resolution. " Analyze any discrepancies between the actual expenditures for goods and services and the projected expenditures for goods and services articulated in the agreed workplan and, if there are any discrepancies, provide recommendations to the ITAP Program Manager for resolution. " Make logistical preparations (e.g., make hotel and venue reservations at designated training locations, invite participants, etc.) for DOI experts to provide technical assistance and training as requested. " Maintain continuous contact with participating contractors and CNPU to ensure compliance with agreed workplan. " Conduct three site visits per month to CNPU parks and field offices (as security allows) to monitor contractor performance and verify equipment deliveries, infrastructure improvements, and staff increases. " Participate in 6 meetings with DOI ITAP in Washington, DC. " Participate in meetings with participating contractors, CNPU, USAID and other partners, as required. " At a minimum, maintain weekly contact with DOI headquarters via email/telephone. " Ensure compliance with regulations under 22 CFR 216. The contractor will deliver to the ITAP Program Manager: " Detailed written monthly reports that reflect contractor responsibilities identified above. " Verbal reports as requested by the ITAP Program Manager. The contractor will be provided with one laptop computer and printer during the contract period. These items will remain U.S. Government property and must be returned to DOI at the conclusion of the contract. Interested parties shall submit a technical proposal which addresses the requirement of the Statement of Work and the Evaluation Criteria, and price quotation with cost breakdown (reflecting the monthly rate) for the base period of performance and for each of the 4 additional three-month option periods of performance. The contractor shall be reimbursed at U.S. Government per diem rates for related travel expenses. Travel shall be reimbursed in accordance with the above travel clause. EVALUATION CRITERIA FOR ANALYZING AND MONITORING EXPENDITURES AND REPORTING SERVICES IN COLUMBIA: (A Best Value Award will be made in accordance this criteria listed in descending order of importance. All evaluation factors other than price, when combined, are significantly more important than price.) TECHNICAL: " Full knowledge of the Colombian national parks system. " Fluency in Spanish and functional English, both spoken and written. " Knowledge of USAID policies and procedures. " Ability to clearly and effectively communicate, orally and written, with a variety of sectors, including representatives from the Colombian and U.S. government, non-governmental organizations (NGOs), and private businesses. " Availability to travel within Colombia, as security allows, and to Washington, DC. " Knowledge of environmental requirements under TITLE 22: Foreign Relations, CHAPTER II: Agency for International Development, Part 216: Environmental Procedures (22CFR216). " Knowledge of environmental nongovernmental organizations working in Colombia. PAST EXPERIENCE: " Experience in project analysis and the monitoring of budgets, contracts, and procurements similar in nature to this Statement of Work. PRICE: " Price Reasonableness. Three (3) copies of the contractor's technical and price quotation must be received in the following office no later than 2:00 pm local time on Friday, March 12, 2004: U.S. Department of the Interior Office of the Secretary Acquisition Services Division Attn: Ni'mat A. Shakoor 1849 C Street, NW, Mail Stop 1324 Washington, DC 20240
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NB140101&P_OBJ_ID1=125404)
 
Place of Performance
Address: Bogota, Columbia
Zip Code: 17388
Country: Columbia
 
Record
SN00530812-W 20040227/040225222914 (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 |
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.