Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2004 FBO #0870
SOLICITATION NOTICE

R -- Management Analysis Services

Notice Date
4/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
United States Trade and Development Agency, TDA Contracts Office, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, VA, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
USTDA-04-Q-0-159
 
Response Due
5/7/2004
 
Archive Date
5/22/2004
 
Point of Contact
Anthony Grayson, Contracts Manager, Phone 703-875-4357, Fax 703-875-4009,
 
E-Mail Address
contract@tda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION: Solicitation Number USTDA-04-Q-0-159, Management Analysis Services, is being issued as a RFQ. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Two copies of your offer are due no later than 2:00 p.m., Eastern Time on May 7, 2004 to Contracting Office, U. S. Trade and Development Agency, 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. This procurement is a small business set aside with a small business size standard of less than $6M annual sales under NAICS code 561110. Award is limited to U. S. firms or U. S. individuals. The Government contemplates award of a firm fixed price labor hour contract. Proposals submitted by email or by facsimile will not be accepted. All contractors must be registered in the Central Contractor Registration (www.ccr.gov) in order to receive a contract award. For additional information regarding this solicitation, email contract@tda.gov, telephone calls will not be accepted. SERVICES AND PRICES: Line Item 1 is for Non-personal Services: Contractor shall provide management analysis services in accordance with the Scope of Work, for an estimated quantity of 1500 hours at the proposed hourly rate. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: INTERNAL CONTROLS: The contractor shall review agency procedures and the written recommendations from the agency’s audit program for the purpose of improving efficiency and management procedures within the agency. The contractor shall conduct research, obtain suggestions from staff, analyze alternatives, and provide written recommendations to improve procedures, assist with communicating the new procedures to agency staff, and assist in the monitoring of the implementation of the procedures. FEDERAL COMPLIANCE: The contractor shall review written requirements for the agency imposed by legislation, White House Directives, and OMB Circulars, and will provide written analysis and recommendations on compliance with these requirements. The contractor shall draft the required responses to the requirements, seek input on policy decisions from senior management, and shall incorporate managements comments. The contractor shall produce a highly professional, accurate and complete written response to the requirement for the review and approval of senior management. (Examples of these requirements include the E-Gov Act, the Fair Act, OMB Circulars A-111 and A-123, and the Government Performance and Results Act.) MANAGEMENT ANALYSIS: The contractor shall undertake fact gathering on agency processes and systems, and shall work with appropriate offices to recommend new and improved methods to achieve effective and efficient operations. ADMINISTRATIVE POLICY AND STRUCTURE: The contractor shall assist with maintaining up-to-date agency operational procedures, including written handbooks and guidance for agency administration. This will involve drafting administrative procedures and working with agency staff to keep the procedures accurate, up-to-date, and compliant. INSPECTION AND ACCEPTANCE. The Agency’s Deputy Director has been designated as the Contracting Officer’s Technical Representative (COTR) for this requirement. All services are subject to the COTR’s final approval. All work will be inspected and accepted at USTDA’s Office, Arlington, VA. DELIVERIES OR PERFORMANCE: The performance of this contract shall start within one month after the effective date of award and completion is expected within one year from that date. Performance of this contract shall be approximately 24 hours/week at USTDA’s Office, Arlington, VA, or off-site for specific assignments with approval of the COTR. SPECIAL CONTRACT REQUIREMENTS: This solicitation includes the following additional contract requirements and terms and conditions- SECURITY REQUIREMENTS: Contractor personnel shall meet the eligibility requirements for a Secret security clearance. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide office space, computer systems (hardware and software), information technology services (local area network access and electronic mail), local and long distance telephone service, maintenance services for office equipment, and office supplies to meet the requirements of this contract for official business. MINIMUM PERSONNEL REQUIREMENTS: The contractor shall provide personnel under this contract which meet or exceed the following minimum qualifications: BA or advanced degree; Five or more years with the Federal Government/military relating to organization and/or administration of policies, procedures and resources; experience with computers and Microsoft office; good interpersonal skills; excellent oral and written communication skills; eligible for a Secret security clearance; and U. S. citizenship. CONTRACT CLAUSES: The Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-11. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items (available at www.arnet.gov), applies to this acquisition. The following additional clauses are included: FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional clauses are included: FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-1, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; and FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans.. INSTRUCTIONS/CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS: The Provision at Federal Acquisition Regulation 52.212-1, Instructions to Offerors-Commercial (available at www.tda.gov), applies to this acquisition with the following addition: The contractor shall submit a Technical Proposal that contains the following information: (1) a narrative, not-to-exceed four pages, that summarizes why the contractor is interested in the contract, is well suited to perform the contract scope of work, and how the person proposed satisfies the minimum personnel requirements; (2) a resume for the individual proposed; (3) a recent writing sample of six pages or less from the individual proposed; and (4) the offeror shall describe its experience on three directly related or similar contracts or projects currently in progress or held within the last three years, which are of similar scope, magnitude and complexity to that which is detailed in this solicitation. Include contract number, contract description, contracting agency, type of contract, period of performance, total contract value, and contracting officer and COTR phone numbers and email addresses. If you do not have any company or individual past performance history, please explain. In addition, the contractor shall provide a separate Business/Cost proposal that contains (1) the information in Federal Acquisition Regulation (FAR) 52.212-1(b) (available at www.tda.gov); (2) a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (available at www.tda.gov); and the proposed hourly rate. The hourly rate proposed shall include direct labor, indirect costs and profit. In addition, the offeror shall affirm that the offeror is a U. S. Firm. A U. S. Firm is a privately owned firm, which is incorporated in the U. S. with its principal place of business in the U. S. and which is either more than 50 percent owned by U. S. individuals, or has been incorporated in the U. S. for more than 3 years, has performed similar services in the U. S. for that 3 year period; employs U. S. citizens in more than half its permanent full-time positions in the U. S. and has the existing capability in the U. S. to perform the work in question. EVALUATION FACTORS FOR AWARD: FAR 52.212-2, Evaluation, Commercial Items (available at www.arnet.gov under FAR), is being used to evaluate all offers. All evaluation factors, other than cost or price, when combined, are equally important to cost or price. (1) Technical Expertise (offeror’s education, relevant management analysis experience, computer and communications skills/capabilities; and past performance on similar work). (2) Price/Cost. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TDA/TDACO/TDACO/USTDA-04-Q-0-159/listing.html)
 
Place of Performance
Address: Arlington, VA
Zip Code: 22209
 
Record
SN00564375-F 20040414/040412212752 (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.