Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

R -- World Trade Organization Service

Notice Date
7/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB210030-8-05929
 
Archive Date
8/22/2008
 
Point of Contact
Monique Speights,, Phone: (301) 975-8855, Mario A. Checchia,, Phone: 301-975-8407
 
E-Mail Address
monique.speights@nist.gov, mario.checchia@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13. This announcement constitutes the only solicitation, quotes are being requested and separate written solicitation will not be issued. The North American Industry Classification Code (NAICS) is 541690. This is a small business set-aside. THIS REQUIREMENT IS RESTRICTED AND ONLY SMALL BUSINESS CONTRACTORS MAY SUBMIT A QUOTE. The NIST Technology Services Division has a requirement to develop and implement a supplementary course that consists of electronic materials to be used to support an existing five (5) day classroom training course for The World Trade Organization’s Agreement on Technical Barriers to Trade. (WTO TBT) in accordance with the following Performance Work Statement (PWS): --BEGINNING OF THE PERFORMANCE WORK STATEMENT----- Performance Work Statement WTO TBT National Enquiry Point Training Modules RFQ -- Small business set aside documentation I. Description: The National Institute of Standard and Technology’s (NIST’s) National Center for Standards and Certification Information (NCSCI) in the Global Standards and Information Group (GSIG) within the Standards Services Division (SSD) seeks to purchase the services of a contractor to develop and implement a supplementary course consisting of electronic materials to be presented in tandem with and in support of a developed, existing 5-day classroom training course. Course topics are the establishment and operation of a national Enquiry Point, Notification Authority, and standards information center as mandated under the World Trade Organization’s Agreement on Technical Barriers to Trade (WTO TBT). The supplementary course of electronic materials should support, improve and diversify the existing training materials through, for example, new presentation formats (using various and state-of-the-art web compatible applications and capabilities), design and presentational creativity. Most importantly, the new materials should work with the existing materials to contribute to and enhance the overall and in-depth understanding of the management of an Enquiry Point and Notification Authority (including an overview of the WTO and WTO TBT Agreement, the roles and responsibilities of a WTO TBT Enquiry Point, Notification Authority), and standards information center (including the criteria for staffing, operations, and maintenance). At the conclusion of a presentation of the combined supplementary course materials and the existing course, participants, in the context of the WTO, will have an improved and enhanced visual, auditory, and participatory experience that enables them to understand how and be able to establish, operate, and maintain a national WTO TBT Enquiry Point, Notification Authority, and standards information center. Participants who complete the tandem training will more fully and comprehensively understand and be able to fulfill the roles and responsibilities of the Enquiry Point, Notification Authority, and standards information center, and effectively exercise the authorities of those offices. II.Statement of Work: The contractor shall develop electronic course materials that will: •Support, improve and diversify the existing training materials •Be based on current best practices in adult education •Be delivered in suitable formats for integration with existing course materials •Be delivered in suitable formats for electronic and Internet presentation •Include multiple hands-on and interactive learning activities •Include multiple individual and group learning activities •Include flexibility to incorporate expert discussions and participant presentations components •Include flexibility to incorporate authentic case studies and examples as illustrations or models •Include a comprehensive bibliography of current electronic resources that support the course content •Be structured as standalone modules by topics as described below III. Deliverables: 1)Supplementary course electronic materials. The contractor shall develop the course materials (in various, multiple formats) to include an instructor’s course notes/guide/handbook, a participant’s course guide/handbook, and participant activities (including active, interactive, and electronic). Course materials shall be delivered to NIST in electronic formats (i.e., MS Word, MS PowerPoint, Cold Fusion, etc.). The supplementary course electronic materials must be designed to reflect current policy and procedures as required by WTO. All prepared materials will become the sole property of NIST for use by NIST at its discretion. NIST also retains the right to have the course materials translated into other languages. The supplementary course electronic materials must, at a minimum, include the following components: General: •Course materials objectives statement •Course materials target audience statement and target audience profile •Statement of scalability of course materials for more or less advanced audiences than target audience Module 1: The Regulatory Environment 1.Traditions in technical regulations 2.Regulatory model from the U.S. perspective 3.Regulatory model from a European perspective 4.Criteria for developing technical regulations 5.Alternatives to technical regulations 6.How regulators reference standards 7.National vs. sub-national level regulatory comparisons 8.International standards in the WTO context Module 2: Overview of WTO TBT Agreement 1.The WTO including background, purpose, functions, members 2.The WTO TBT Agreement including its provisions, overview, obligations of signatories, articles, annexes, Code of Good Practice 3.WTO definitions of standards, technical regulations and conformity assessment 4.Differences between the TBT and SPS Agreements Module 3: Roles of Inquiry Points/Notification Authorities/Information Centers 1.Responsibilities of each office and products and services delivered from each office 2.Models from other countries 3.Networking with other WTO TBT offices 4.Benefits Module 4: Operational Matters 1.Establishing procedures 2.Operational procedures 3.Processing requests for information 4.Processing home country notifications (original and corrigenda) and full texts 5.Processing other members’ notifications and full texts 6.Processing comments and extensions of dates for comments on notifications 7.Reporting office statistics 8.Reporting operational results effectively 9.Core skills for staff 10.Marketing the office 11.Operational resources Module 5: Tools and Resources 1.Electronic Tools and Resources, including a.information products and services b.electronic tools c.standards reference collection building, management, and maintenance d.information tools e.staffing -- training, roles and responsibilities f.budgeting and financial needs g.understanding and use of the International Classification for Standards (ICS) systems h.understanding and use of the Harmonized Tariff Schedule (HS) of the U.S. i.using the www.wto.org website to best efficiency Module 6: Case Studies 1. Modeled on examples from National WTO TBT Enquiry Point offices. The contractor shall develop the curriculum and course materials and deliver to NIST by 180 days after the date of the contract being awarded. 2) Consulting. The contractor shall be available for consultation during development of the materials on a mutually agreeable basis with NIST. The contractor shall include a follow-up session with NIST on “lessons learned” at a mutually agreeable time and place. IV.Program Management and Control Requirements Refer to section VI. V.Period of Performance and Location Work is to be Performed: Period of performance shall be from the date of the award for 180 days. Work shall be performed at the contractor’s facilities. VI.Evaluation Criteria The award shall be made on a best value basis. The best value evaluation factors while relatively equal are listed in order of importance include the following: 1)Approach: •Technical/Administrative Approach: The likelihood of effectively meeting the requirements. A detailed work plan is required and shall discuss how each aspect of the Statement of Work is to be accomplished. The technical proposal should reflect a clear understanding of the nature of the work being undertaken. Provide a plan for scheduling work. Describe how you will maximize the quality of the services delivered. •Key Personnel: Key personnel must have at least 5 years experience developing training courses in multiple electronic formats. 2)Past Performance: The Government will evaluate the quality of work performed by the Contractors on similar contracts/orders and previous product development experience. The Government will assess a neutral rating for lack or relevant past performance. 3)Price: The amount, realism and consistency of the evaluated price. : Price shall be firm-fixed price for services rendered in this contract. The evaluation shall be based on use of the adjectival scheme as follows for each of the above evaluation factors: •Outstanding (O) - Conspicuously striking in eminence; •Excellent (E) - Very good of its kind; eminently good, superior or first class; •Good (G) - Beneficial and worthwhile; sound and valid; •Adequate (A) - Reasonably sufficient and suitable; •Marginal (M) - Minimally suitable at the lower limit; •Unsatisfactory (U) - Not acceptable or not adequate to carry out. VII. Attachments Four (4) PowerPoint files demonstrating examples of existing classroom training course materials. •Module 1: WTO TBT Agreement •Module 2: Roles and Responsibilities •Module 3: Operations •Module 4: Tools and Resources If further information is required about the facilities, please refer to the NIST website, www.nist.gov. Price Quote – The contractor shall submit the best potential fixed price proposal. The resulting purchase order shall be negotiated on a fixed priced basis. The award shall be made on the best value basis. The best value evaluation factors while relatively equal are Listed in order of importance, include the following: 1)Approach – The likelihood of effectively meeting the Delivery Schedule; 2) Past Performance – The relevance and quality of prior performance; and 3)Price – The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) – Conspicuously striking in eminence; Excellent (E) – Very good of its king; eminently good, superior or first class; Good (G) – Beneficial and worthwhile; sound and valid; Adequate (A) – Reasonable sufficient and suitable; Marginal (M) – Minimally suitable at the lower limit; Unsatisfactory (U) – Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-26. The provisions and clauses may be downloaded at http://www.acqnet.gov.far. The following provisions and clauses shall apply to this Solicitation. FAR 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation – Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)approach,(ii)past performance, (iii)price; FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to this Acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data – General; 52.217-9, Option to Extend the Term of the Contract, FAR 52.217-8, Option to Extend Services and appropriate clauses as needed. All interested Contractors shall be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the above Performance Work Statement “NIST, Office Technology Services. Please provide an electronic response Addressed to Monique Speights, Purchasing Agent, National Institute Of Standards and Technology, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland 20899-1640, monique.speights@nist.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. A quote shall be submitted as an electronic version in MS Word Or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the proposal signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11 –inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and Shall not contain elaborate binding. Each page in the response Shall be separately numbered. A page of paper printed on both Sides is considered two pages. The quote shall include the letter of transmittal, shall be limited to twenty(20) single Sided pages. Submit proposals arranged in three sections as Follows: Section I – Approach, which includes identification And qualifications of relevant personnel and technical management Approach; Section II – Past Performance for revelant experience Which describes at least three (3) relevant projects performed In the last three years and quality of performance; Section III -Price, firm fixed price for the required technical consulting, Services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NIST’s receipt of quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=98a39ea1241f0df8f301d7615720ae22&tab=core&_cview=1)
 
Place of Performance
Address: The National Institute Of Standards and Technology, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01625416-W 20080731/080729223755-98a39ea1241f0df8f301d7615720ae22 (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 |
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.