SOLICITATION NOTICE
R -- EURASIA Attorney Advisor
- Notice Date
- 4/16/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541199
— All Other Legal Services
- Contracting Office
- Department of Commerce, Office of the Secretary, Commerce Acquisition Solutions, Office of the Secretary, 14th & Constitution Avenue NW Room 6514, Washington, DC, 20230, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SA13017RQ0009
- Response Due
- 4/23/2007
- Archive Date
- 5/8/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is SA13017RQ0009. The solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The full text of clauses referenced herein may be accessed electronically at http://www.acqnet.gov/far/. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR, and the test program authorized in FAR 13.5 for acquisitions of commercial items not in excess of $10 Million. The NAICS code is 541199 and the associated small business size standard is $6.5M. The Government shall award one fixed price task order type contract as a result of this RFQ. THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE Request for Quote. 1352.211-70 STATEMENT OF WORK/SPECIFICATIONS, January 2007. BACKGROUND. The Commercial Law Development Program (CLDP), a program of the U.S. Department of Commerce Office of the General Counsel, is uniquely tasked with providing technical assistance in the commercial law arena to the governments and private sectors of transitional countries in support of their economic development goals. CLDP's programs are customized to address key issues that are high priorities for both the host government and the firms interested in doing business in that country. Through these programs, CLDP actively helps to improve the legal and regulatory environment for U.S. businesses working in transitional countries. CLDP anticipates awarding a contract or purchase order to a qualified expert to plan and lead technical assistance programming. Specifically, CLDP seeks a lawyer with detailed working knowledge of WTO agreements/accession and of Intellectual Property Rights law (TRIPS), in addition to experience in regional integration (The Contractor). Initially, the Contractor would work on CLDP?s Europe and Eurasia programs. These programs may be conducted in the countries of Eastern Europe, the Balkans, the former Soviet Union, and Central Asia. In particular, CLDP currently has programs in Moldova, Russia, Ukraine, and Bosnia and Herzegovina as well a regional program comprised of nine countries in Southeast Europe. CLDP assistance in Moldova, Russia, Ukraine, and Bosnia and Herzegovina focuses on pre and post WTO accession commitments. In the Southeast Europe regional program, CLDP aims to build capacity, cooperation, and coordination in the areas of customs and agriculture. At a second stage, the Contractor may be called to work on CLDP programs requiring, too, WTO and/or IPR expertise, but conducted in other regions, in particular in Africa. CONTRACTOR RESPONSIBILITIES: Through the present contract, the Contractor and its employees, hereafter referred to as the Contractor, will assist CLDP in the planning and implementation of technical assistance activities in Europe and Eurasia and other regions as instructed by CLDP?s Chief Counsel or his/her designee. Specific responsibilities of the Contractor will include, but are not limited to: a) Planning, conducting and evaluating commercial law technical assistance work in developing and transitional countries consistent with relevant legal, US Department of Commerce, Department of State, and USAID policies and procedures; b) Facilitating and maintaining close and continuous contact with key stakeholders including USG entities such as USAID, Department of State, Department of Commerce, other federal agencies, Embassy staff, and public and foreign government assistance recipients and private sector assistance providers; c) Presenting and defending Department and CLDP positions in formal and informal meetings with key officials; d) Providing briefing and support services to CLDP assistance providers and host government officials; e) Assisting in the day-to-day supervision of staff and leadership while planning and executing operations of the organization, including maintaining close review and coordination of program requirements with CLDP?s Chief Counsel/Deputy Chief Counsel and high-level officials both internal and external to the Department; f) Identifying and executing all logistical arrangements and documentation necessary to conduct CLDP technical assistance activities in Washington, DC and overseas; g) Leading a team of international program specialists and administrative support staff located in Washington, DC, and overseas; h) Preparing and monitoring budgets for CLDP assistance activities on which the Contractor is working and assuming responsibility for the financial record-keeping and financial reports necessary to maintain CLDP office-wide budgets, including reconciliation of monthly statements and planning budgets and coordination of financial reports of billing with CLDP?s Administrative Officer; i) Drafting reports for CLDP, other USG Agencies and governments to which assistance is being provided on the status and results of CLDP assistance; j) Conducting research on the status of the laws and the political, economic and legal environment of the countries in which the Contractor is working; k) Traveling to the region to implement CLDP technical assistance programs. All interested quoters shall provide a quote for the following line items: CLIN, Contract Line Item Number, 0001 ? Base Period. ? May 1, 2008 through April 30, 2008. The base period level of effort on this contract shall include 2080 hours, or 260 non-consecutive days. OPTION PERIOD I CLIN 1001 This is an option period of performance. Period of performance for this option period is May 1, 2008 through April 30, 2009, at 2080 hours, or 260 non-consecutive days per option. OPTION PERIOD I CLIN 2001 This is an option period of performance. Period of performance for this option period is May 1, 2009 through April 30, 2010, at 2080 hours, or 260 non-consecutive days per option. OPTION PERIOD I CLIN 3001 This is an option period of performance. Period of performance for this option period is May 1, 2010 through April 30, 2011, at 2080 hours, or 260 non-consecutive days per option. DELIVERABLES. Deliverable items required under this contract/purchase order include: a. A written report summarizing the Contractor?s work performed should include (1) descriptions of consultations and meetings held and names/titles of meeting participants; (2) views on implemented training programs and suggestions for follow-on programs; (3) any other observations/recommendations the Contractor deems appropriate to further CLDP?s technical assistance in Europe and Eurasia and Africa; b. Other assignment specific deliverables as requested by CLDP staff; c. Invoices, specifying costs (accompanied by original receipts) associated with the program for which the Contractor seeks reimbursement, per Invoicing instructions. d. All written reports must be typed and submitted in either hard copy or electronic format (via e-mail) to: Stephen D. Gardner Chief Counsel Commercial Law Development Program Office of the General Counsel U.S. Department of Commerce 14th Street and Constitution Ave., N.W. Mail Stop 5875 Washington, D.C. 20230 U.S.A. E-mail: sgarnder1@doc.gov as well as to: Harry Hill Administrative Officer Commercial Law Development Program Office of the General Counsel U.S. Department of Commerce 14th Street and Constitution Ave., N.W. Mail Stop 5875 Washington, D.C. 20230 U.S.A. E-mail: Hhill@doc.gov Travel Requirements and Travel Expenses - During the period of the contract, the Contractor is expected to travel as needed by CLDP. A third party CLDP Contractor for logistical services shall handle the Contractor?s travel arrangements. All travel must be approved in advance by CLDP and must be in accordance with Federal Travel Regulations (FTR). The Contractor is expected to take reasonable steps to mitigate the amount of travel expenses. Travel is subject to the Federal Travel regulations which can be accessed at: http://www.gsa.gov/Portal/gsa/ep/channelView.do?pageTypeId=8199&channelPage=%2Fep%2Fchannel%2FgsaOverview.jsp&channelId=-14863 If questions arise concerning whether an individual expenditure will be reimbursed, please consult with CLDP before incurring the expense. 8. Benefits. Medical Benefits: Evacuation insurance will be provided. The Contractor shall furnish personnel with the following qualifications and experience that address the below technical factors in order for this contract to be awarded. Factor 1 - Technical Offerors shall provide a brief capability statement not to exceed two 2-pages which address each criterion listed below. Factor 1. Technical. Qualifications/Requirements The Contractor: a. Must be a legal U.S. resident, with a law degree from a U.S. law school; b. Must have a minimum of 10 years legal development experience; c. Must have WTO accession and implementation experience including a substantive knowledge and experience of a range of WTO agreements such as TRIPS, Sanitary and Phytosanitary, Customs, and Standards; c. Must have experience planning, conducting and evaluating commercial law technical assistance work in developing and transitional countries as well as supervising professional and support staff in the US and overseas; d. Must have significant experience in writing legal technical assistance proposals and training materials for submission to mid-to-senior level officials and business persons; e. Must have expertise in handling significant funding and contract portfolios including negotiating and fulfilling the requirements of funding sources; f. Must have experience operating under US Government policies and procedures with a working knowledge of the federal procurement process, financial and personnel regulations as well as participating in inter-agency coordination processes; g. Must have legal development experience in Eurasia as well as in Africa including knowledge of regional economic organizations and agreements such as ECOWAS, and AGOA. Factor 2. Past Performance. Offeror shall provide references from customers that have had work performed, similar in nature, to the proposed work. References will be asked about performance of the contract as it relates to quality of services and timeliness of performance. Offerors must provide a minimum two 2-reference, for projects within the past two 2-years. Factor 3 ? Price. The price evaluation will determine whether the proposed prices are realistic, complete, and reasonable in relation to the requirements in the description of work. ADDITIONAL CONTRACTOR RESPONSIBILITES In addition to other duties included in this contract, the Contractor shall: a. Inform CLDP, in advance, before leaving the city of residence (duty station) if this absence would cause the advisor to miss a day of work; b. Report to the CLDP office, at his or her earliest convenience, time missed from work due to illness; c. Provide information on his or her work to individuals or entities only as advised by CLDP or otherwise specified in this contract; d. Advise CLDP, at the earliest possible time, if the Contractor is not able to perform the contract for any reason; and e. Report to the CLDP office, at the earliest convenience, any issues that may impair the Contractor?s work and the performance of the contract. FAR CLAUSES - FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, Jul 1995, FAR 52.213-3 ? Offeror Representations and Certifications, Other clauses included are FAR 52.216-18, Ordering, Oct 1995, FAR 52.217-9, Option to extend the Term of the Contract, Mar 2000, and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, Dec 1996, which can be found at http://oamweb.osec.doc.gov/CAPPS_car.html. REQUIREMENTS FOR SUBMISSION to this RFQ, Quoters are required to submit the following information by the date and time specified for receipt of offers: Factor 1 ? Technical - Resumes, not to exceed 2-pages in accordance with the Technical evaluation factor. Factor 2- Past Performance - provide a minimum of 2-references, per proposed translator, for projects within the past 2-years. Each reference shall not exceed 1- page per reference and shall include a brief description of the requirements for which the contractor has performed similar assessments, in accordance with the Past Performance evaluation factor. Include the company/agency name, Point of contact, telephone number; fax number and e-mail address, contract data including the contract number, dollar value, and period of performance of the effort, Factor 3 ? Price, Quoters are required to submit a firm fixed unit price for each CLIN including optional CLINs. The Government contemplates award of a Requirements Contract, FAR 52.216-21, resulting form this RFQ. Vendor must be actively registered in the Central Contractors Registration, CCR, in accordance with 52.204-7. EVALUATION METHOD - The evaluation factors are: FACTOR 1 ? Technical; FACTOR 2 ? Past Performance; FACTOR 3 ? Price. Factor 1 is more important than Factor 2. Factor 1 ? Technical and Factor 2- Past Performance are significantly collectively more important than Factor 3 ? Price. FACTOR 1 ? TECHNICAL, including key personnel resumes with qualifications meeting Factor 1 ? Technical requirements above, not exceeding 2 pages. FACTOR 2 - PAST PERFORMANCE, meeting Factor 2- Past Performance requirements above is including at least two 2-references, per proposed translator, for projects within the past 2 years. FACTOR 3 - PRICE. The Government will award a contract resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation is the most advantageous to the Government, price and other factors considered. Each offer will be reviewed for their relative technical strengths and weaknesses in order to make a best value determination along with the price. INVOICING The contractor shall submit a monthly billing invoices/statement. The invoice shall include all services completed for the month. One 1-original of each invoice shall be submitted on an SF-1034 Public Voucher for Purchases and Services Other Than Personal. The SF-1034 can be located on the GSA Forms Library website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF The invoice and SF-1034 shall be submitted to the address and to the primary COTR identified in CAR clause 1350.201-71 of the solicitation. Questions regarding payment should be direct to the Contracting Officer identified in Standard Form 1449 of this contract. The contractor shall provide an original invoice for payment to the Department of Commerce National Industry of Science and Technology, NIST, Accounts Payable Office at: NIST Accounts Payable Office, Bldg 101, Room A-836 MS, 1621; 100 Bureau Drive; Gaithersburg MD, 20899. Telephone: 301-975-2261; Fax: 301-975-8283; Email: invoice@nist.gov. NIST will forward the invoice and a payment authorization form, NIST, 162 Form or other document/voucher authorizing Government payment) to the COR or COTR. The COR/COTR will return the invoice and the signed payment authorization form to NIST for payment. A copy of the monthly invoice shall be submitted in accordance with the payment schedule identified on the Form 1449. . De minimis exception: In the event that a given month?s invoice does not exceed $150, the Contractor may forgo submission of an invoice for that month and may submit the corresponding costs in the invoice for the following month. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In accordance with FAR 52.212-1, Quoters must show the solicitation number, the time specified in the solicitation for receipt of offers, the name, address, and telephone number of the Quoters, a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements, price, remit to address, if different than mailing address. Quoters must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government anticipates making one award under this solicitation. However, DOC is under no obligation to make more than one award, in fact, may not make any award under this solicitation. The Defense Priorities and Allocations System, DPAS, does not apply to this acquisition. Offerors shall submit 1-electronic proposals on CD-ROM, with three 3-original paper copies of its offer to U.S. Department of Commerce, CAS, OS Business Solutions Team, Sol: SA13017RQ0009, 14th & Constitution Ave. N.W., Room 6520, Washington, DC 20230, Attn: Wendy M. Clare. The closing date for receipt of proposals is 12:00 PM local time, April 23, 2007. ALL QUESTIONS MUST BE SUBMITTED BY EMAIL. NO QUESTIONS WILL BE ENTERTAINED AFTER APRIL 18, 2007. FAX and EMAIL SUBMISSIONS OF PROPOSALS SHALL NOT BE ACCEPTED. Questions regarding this acquisition should be forwarded to Wendy M. Clare: 202-482-5338; email wclare@doc.gov. This Solicitation shall not be construed as a commitment of any kind.
- Place of Performance
- Address: CLDP Department of Commerce, Ronald Reagan Building Suite M800A,, 14th Street and Constitution Ave, NW, Washington, DC is the contract address for contract performance in the United States
- Zip Code: 20230
- Country: UNITED STATES
- Zip Code: 20230
- Record
- SN01274090-W 20070418/070416220224 (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 |