Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2011 FBO #3525
MODIFICATION

R -- Economic Impact Analysis on Proposed Regulations for Living Conditions for Organic Poultry

Notice Date
7/18/2011
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-S-11-515352
 
Archive Date
8/20/2011
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PART I - The Schedule A. Solicitation This is a combined synopsis/solicitation prepared in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in PART 12, ACQUISITION OF COMMERCIAL ITEMS Part 13, Simplified Acquisition Procedures; and Part 15, Contracting by Negotiation, as appropriate and applicable, and as supplemented with additional information included in this notice. B. Description of Services The USDA National Organic Program (NOP) regulations at 7 CFR Part 205 sets forth the national standards for production and handling of organic agricultural products. The NOP requires an economic analysis related to organic poultry production for the development of rule making, policies, guidance and statutory amendments. The NOP regulations were first published in 2000 and were updated in February 2010 to include a substantial practice standard amendment regarding access to pasture for livestock. The following sections regulate livestock living conditions as they apply to poultry: § 205.238 (Livestock health care practice standard), § 205.239 (Livestock living conditions). The NOP regulations do not set specific stocking rates for either inside housing or the outside access areas, and further elaboration may be needed to ensure consistent regulatory implementation and enforcement. The NOP issued a general policy memo in October 2002 that affirmed that outside access areas are required, but it did not specify size or other details. The NOP subsequently provided a memo regarding exemption to outside access for purposed of biosecurity, as well as a decision that outside access could be provided in a fenced, roofed, and floored outside area (a "porch" attached to a poultry house). To obtain organic certification, poultry producers must submit an Organic System Plan (OSP) describing outside access to NOP. The OSP is subsequently reviewed by USDA-accredited certification agents, who then interpret the regulations, review the OSP for sufficiency, and conduct on-site inspections to verify compliance by organic operations. The National Organic Standards Board (NOSB), the NOP's citizen advisory panel, made recommendations in April 2002 and in November 2009 on animal welfare issues. The NOSB also deliberated on additional changes concerning appropriate living conditions for poultry at their April 2011 public meeting. The NOP anticipates that the NOSB will issue a final recommendation on animal welfare, including living conditions for poultry, in late Fall 2011. After the NOSB completes their deliberations on this issue, the NOP may pursue a regulatory amendment to 205.239 in accordance with NOSB final recommendations, which would clarify requirements for outside access and other living conditions for poultry. Scope of Work The contractor shall provide professional consulting services necessary to develop an economic impact analysis for purposes of proposed rule publication regarding amendment to the requirements for poultry living conditions at 7 CFR 205.239. The contractor shall employ a proven methodology, based on past experience. The contractor shall gather input from relevant parties, such as agricultural economists, animal scientists, and biostatisticians, as well as individuals with first-hand knowledge of organic poultry production. This information will be used to analyze the predicted economic impact of the proposed rule. The status of baseline data on the organic poultry industry is unknown. The contractor should have the expertise to develop assumptions and economic models of potential impacts of the rule, if needed. Available data on organic production is limited; therefore, the contractor will be responsible for determining appropriate sources and methodology. Period of Performance The period of performance September 2011 - June 2012. The agreement may be extended for up to 3 months beyond the end of the period of performance, dependent upon satisfactory performance and due to unforeseen delays in project completions, and/or substantial changes in the specifications. The contractor may perform the work anywhere in the United States, but must be accessible by electronic mail and telephone. The NOP will provide workspace when travel to Washington DC from another location is necessary for this assignment. The government will provide all documentation related to the study and access to AMS resources/staff. Workspace in the NOP office will be provided as needed for meetings or occasional visits. No other equipment will be provided. Section C - Description/Specifications The NOP requires professional consulting services for an independent economic impact analysis on possible regulatory changes for the living conditions for organic poultry. The NOP will provide a draft outline of possible regulation changes and alternatives, highlighting areas of change from the present rule. This draft will be provided to the contractor at the commencement of the contract. This draft will include more than one option for regulatory text. The contractor will provide a sound analysis, including a justification of its methodology. The analysis will estimate the cost and benefits of implementing the proposed rule, in comparison to alternatives (as per Exec. Order 12866). Alternatives will include (1) no change to existing rule, or (2) other options to be developed by NOP. All work will comply with the USDA Information Quality Activities Regulatory Guidelines. Final deliverable must be in the format for publication in the Federal Register. Format and Content Guidelines • A project management plan is optional. However, monthly reports which must include a status update on deliverables, overall progress on project, and any changes to completion of tasks is required. • Full Vitae should be submitted for any Key Personnel. • Scoring will be based on a combination of factors. See item#8 in Statement of Work for details. Technical Content • Timelines are proposed in the SOW, but may be adjusted depending on the date of the contract award. • There will be limited contact with industry to solicit economic data as needed for the project; however, on-site sessions are not anticipated. • The National Organic Program will provide the contractors with a description of potential changes to the NOP regulations. The contractor is being asked to evaluate the impact of these changes and possible alternatives on operators. This may include referring to existing industry production standards as a baseline for evaluating the impact changing the NOP regulations. Both the NOP and the contractor will have a role in securing information. The NOP will assist the contractor as needed to provide contacts for gathering information from the industry regarding current practices and policies; however, the contractor will have ultimate responsibility for obtaining the required information. Section D - Packaging and Marking No clauses are included in this section Section E - Inspection and Acceptance 52.212-4 Contract Terms and Conditions-Commercial Items. CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAR 2009) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Inspection and acceptance will be performed at: USDA/AMS Room 1114 South Building 1400 Independence Ave., SW Washington, DC 20250 Section F - Deliveries or Performance This project will have three phases. Although the contractor may recommend additional steps or sub-tasks in its proposal, the proposal must demonstrate an ability to complete the following tasks: Phase I Evaluate and document a baseline scope of the industry. The contractor shall conduct data gathering on the following items, as well as any other topics deemed relevant to the regulations: a) The volume and dollar value of current production of organic poultry products (eggs, broiler chickens, turkeys, other species); b) The number of organic poultry operations (including a breakout of pullet and laying operations); c) Range of scale of production (including a breakout of housing types by scale of production (e.g. aviary, or those enclosed structures currently providing outdoor access) d) The geographic areas of production/distribution; e) Marketing methods used for the product; f) Cost of production, including infrastructure investments; g) Trends in sales data over time; h) information/data gaps; and i) The confidence level of the estimates produced from the data. Phase II Establish an analysis of the economic impact of the proposed rule on small entities and evaluate whether alternative proposals can accomplish same effects without unduly burdening small entities. Phase III Prepare the economic analysis for inclusion in proposed regulations. Deliverables Phase I: baseline report defining the economic landscape that the rulemaking will affect. Due three months after the commencement of the contract. Phase II: paper outlining an analysis of the economic impact of the proposed rule on small entities, and evaluate whether alternative proposals can accomplish same effects without unduly burdening small entities or erecting barriers that would restrict their ability to compete in the market, as per the Regulatory Flexibility Act. Due five months after the commencement of the contract. Phase III: written analysis for the inclusion in proposed rules, formatted for publication in the Federal Register. Due two months after the commencement of the contract. Deliverable Review NOP shall have 15 working days to review each draft and final deliverable. NOP shall have the right to reject or require the correction of any deficiencies found in the deliverables. In the event of rejection of any deliverables, the contractor shall be notified in writing and shall have 15 working days to correct the deficiencies at no additional cost to NOP. NOP shall have 15 working days to review corrections of any rejected deliverables. NOP will notify the contractor in writing that the required documents are sufficient to meet the above SOW requirements. Approvals of deliverables shall not be considered valid until the deliverables are approved in writing by NOP. In order to avoid problems with expectations of products, the contractor is encouraged to submit a draft document to NOP at 7 business days prior to final delivery to ensure acceptance criteria of products are met. The Contractor shall formally respond to all written review comments from NOP within 5 business days of receipt or sooner. This response should indicate agreement/disagreement, and how the concern will be addressed within the next submission or resubmission. The final deliverable shall also include a traceability matrix indicating final disposition of all written review comments received. All work products will become the intellectual property of USDA. The contractor may retain copies of scheduled reports and any deliverables that are available to the public. The contractor may not retain copies of any other deliverable. Performance Monitoring Performance will be monitored using the following methods: • In Process Review: The contractor shall be prepared to present periodic costs and performance information while in process. The focus shall be on identifying costs and schedule variances in completion of tasks. • Monthly Status Reports: The contractor shall provide a monthly status report via email for the project(s) within 5 days of the end of the month to the Federal Project Manager. The following information is required for each monthly status report: a) Hours and dollars billed per project, to include balance per project; b) Summary of costs for each cost element (labor, travel, subcontracts, consultants, other direct costs, indirect costs) incurred during the period. c) Activities achieved during the period based on agreed upon categories; d) Status of deliverables during that period; e) Estimate to complete all work remaining on the project, and projected monthly expenditures by project area to the completion date; and f) Any other issues that need attention. Section G - Contract Administration Government Officials 1) Local Contact: Betsy Rakola, Grants Management Specialist 2) Technical Contact: Emily Brown Rosen, Agricultural Management Specialist 3) NOP Federal Project Manager: Ruihong Guo, Acting Associate Deputy Administrator Section H - Special Contract Requirements The contractor should have educational background in economic analysis, and be able to conduct research in current literature regarding economic status and trends of the organic marketplace. The ability to create new baseline data or to make assumptions using current economic models is necessary. The contractor should be able to demonstrate prior knowledge of the Organic Foods Production Act (enacted under Title 21 of the 1990 Farm Bill) and USDA organic regulations (7 CFR part 205). The contractor should be familiar with the regulatory drafting process, including compliance with Executive Order 12866 and the Regulatory Flexibility Act. PART II - Contract Clauses Section I - Contract Clauses 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (End of clause) 52.212-5 Contract Terms and Condition required to implement statutes or executive orders for commercial items. 52.212-4 Contract Terms and Conditions for Commercial Items. 452.237-74 Key Personnel 52.217-9 Option to Extend the Term of the Contract. 452.224-70 Confidentiality of Information. 452.237-75 Restrictions Against Disclosure. PART III - List of Documents, Exhibits and Other Attachments Section J - List of Attachments ATTACHMENT TITLE NO. OF NO. PAGES 1 SF1449 24 2 Statement of Work 7 3 Access to the outdoors of livestock (PDF) 2 4 Confinement of Poultry Flocks (PDF) 1 5 Recommended Clarification on Access to the Outdoors for Poultry (PDF) 1 6 Animal Welfare Proposal Combined with the 2009 NOSB Recommendation (PDF) 11 PART IV - Representations and Instructions 52.212-3 Offeror Representations and Certifications - Commercial Items Offeror to complete ON-LINE - OR- return the applicable paragraphs) in clause provisis 52.212-3, Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-866-606-8220 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired Section L - Instructions, Conditions and Notices to Offerors L.1 52.252-1 Solicitation Provisions Incorporated by Reference (FED 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet/gov/far (End of provision) 52.212-1 Instructions to Offerors-Commercial Items. INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUNE 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in paragraph (IV) & (V) of the solicitation. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on Attachment 1,, or as otherwise specified in the solicitation. As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on attachment 1, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) L.2 Proposal Preparation Interested contractors are to submit technical proposals which clearly demonstrate competence in the area of Economic Impact Analysis according to specs listed in the evaluation criteria. Project literature as well as a customer contact points shall be provided so the information can be verified. Interested contractors should ensure that any information that they wish to have considered for evaluation is included with their proposals. Information should be limited to 10 pages or less, standard letter size. Contractors shall be registered in the CCR by the proposal due date. If an apparently successful offeror is not registered by the date award is ready to be made after proposal evaluations, the Contracting Officer may award to the next eligible awardee who meets the registration requirements in accordance with FAR 4.11. L.3 Instructions for Submitting Proposals 1. Completed and signed copy of 1449 and checklist (first 2 pages of this solicitation (attachment 1) along with proposal). 2. Offers will be accepted e-mail Fax, or mail. Please e-mail to: Carol.Dingess@aphis.usda.gov or Fax to: 612-336-3550 Mailing address for proposals is as follows: USDA, APHIS, MRPBS, ASD, Contracting Team Attn: Carol Dingess Butler Square, 5th Floor 100 North Sixth Street Minneapolis, MN 55403 Section M - Evaluation Factors for Award The proposals will be evaluated on the likelihood of meeting the NOP's objectives. The evaluation will be based on the technical capabilities of the CONTRACTOR in relation to the needs of the project and the reasonableness of costs in relation to the work to be performed. Proposals will be based on the following factors: personnel to be assigned to the project, past performance, and price. A. Key Personnel (50 points) The proposal should indicate the adequacy of the proposed staff to implement the requirements of the Statement of Work, specifically evidence of qualifications, availability, competence, and experience. B. Past Experience and Past Performance Factors (30 points) Please note that the past experience and past performance is related to the company as an entity and not to work done by particular individuals within the company. In the event that the NOP receives a quote from a contractor that does not have a past performance or for which past performance information is not available, the firm will not be evaluated favorably or unfavorably on that basis. References other than those included in firm's quote may be contacted by the NOP to obtain additional information that will be used in the evaluation of the contractor's past performance. i. Past experience conducting economic analyses, statistical analyses, data collection, and writing. (20 points) ii. Prior experience working with an agricultural agency, particularly with a focus on sustainable agriculture. (10 points)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-11-515352/listing.html)
 
Place of Performance
Address: USDA/AMS/C&A, Room 1114 South Building, 1400 Independence Ave., SW, Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN02502188-W 20110720/110719000516-41a3d63d5b99045b2142324fce50cd7f (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.