Egypt:Definitional Mission ICT
SYNOPSIS/SOLICITATION: Solicitation Number RFQ-CO201221021A, Definitional
Mission (DM) for Information and Communication Technology (ICT) in Egypt 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.
Send your offer by email to: [email protected] which is due no later than 12:00 noon,
Eastern Time on December 16, 2011. This procurement is a small business set aside with
a small business size standard of less than $7M annual sales under NAICS code 541611.
Award is limited to U. S. firms or U. S. individuals. Contractor and U. S. subcontractor
employees used shall be either U. S. citizens or non-U. S. citizens lawfully admitted for
permanent residence in the United States. Contractor use of subcontractors is limited to
less than fifty percent of the proposed price. International transportation and insurance
must have their nationality, source and origin in the U. S. Local lodging, food and
transportation in the host country are not subject to this restriction.
The Government's estimate for this procurement is $50,000.00 The Government
contemplates award of a firm fixed price contract. Proposals submitted by facsimile will
NOT be accepted. All contractors must be registered in Central Contractor Registration
(www.ccr.gov) in order to receive a contract award. For additional information regarding
this solicitation, email [email protected] and cc: [email protected] , TELEPHONE
CALLS WILL NOT be accepted.
SERVICES AND PRICES: Line Item 1 is a Planned Itinerary, Purchase of Tickets and
Required Insurance Declarations (not-to-exceed 30% of the proposed contract price).
Line Item 2 is the Final Report.
DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: Please see the
FEDBIZOPS attachment to this solicitation. Vendors are reminded that failing to be
properly enrolled in the Central Contractor Registration (CCR) System, On-Line
Representation and Certification (ORCA) System, providing accurate Data Universal
Numbering System (DUNS)/Tax Identification Number (TIN) information shall be
excluded from award.
INSPECTION AND ACCEPTANCE. Country Heather Lanigan 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
immediately after the effective date of award. The Contractor shall submit all
deliverables under this Contract to the Contracting Officer's Technical Representative
(COTR) on or about March 31, 2012. The Period of Performance for this Contract shall
2
be one year from the date of the Contracting Officer's signature on the Contract.
Performance of this contract shall be at USTDA's Office, Arlington, VA, at other
locations in the U.S., and/or the designated host country.
SPECIAL CONTRACT REQUIREMENTS: This solicitation includes the following
additional contract requirements and terms and conditions-
CONTRACTOR PERFORMANCE REQUIREMENTS AND KEY PERSONNEL. The
contractor shall provide the key personnel listed in its proposal to perform the work.
Changes in key personnel may only be made with the Contracting Officer's prior written
approval.
CONTRACTOR FOLLOW-ON (INELIGIBILITY). The Contractor and its
subcontractors shall be ineligible to compete for, as a prime or subcontractor or
otherwise, USTDA funded activities that result from this contract. USTDA reserves the
right to grant a waiver, based upon FAR 9.503, if preclusion of the contractor or its
subcontractors from the follow-on activity would not be in the Government's interest.
This restriction shall remain in effect for three years from the completion of this contract.
The contractor agrees to include this provision in all subcontracts to this contract.
Contractor Insurance.
DEFENSE BASE ACT INSURANCE. Prior to departure to the host country, the
contractor shall obtain Defense Base Act and Medical Evacuation insurance. Proof of
such insurance shall be submitted with the initial invoice. Pursuant to FAR 52.228-3, the
contractor is required to have DBA coverage for its employees performing work
overseas. The contractor agrees to insert the defense base act insurance requirements in
all subcontracts under this contract.
MEDICAL EVACUATION INSURANCE. In addition, all Contractor personnel
working outside the United States shall have medical evacuation insurance for the days
spent outside the U. S. The contractor agrees to insert the defense base and medical
evacuation insurance requirements in all subcontracts under the contract.
CONTRACT CLAUSES: The Solicitation document and incorporated provisions and
clauses are those in effect through FAC 2005-16. The clause at 52.212-5, Contract Terms
and Conditions--Commercial Items (available at www.arnet.gov), applies to this
acquisition. The following additional clauses are included: FAR 52.228-3, Workman's
Compensation Insurance (Defense Base Act); and 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
3
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.ustda.gov under DM Solicitation
forms), applies to this acquisition with the following addition:
The contractor shall submit a Technical Proposal, not exceeding 25 pages, that
documents their Technical/Financial Expertise and Definitional Mission
Strategy/Approach (as outlined below in the evaluation factors for award), resumes for
proposed key employees (not included in 25 page count), and reference information for at
least one but not more than three clients for similar work in the last three years (not
included in 25 page count).
In addition, the contractor shall provide a separate Business/Cost proposal that contains
the information in Federal Acquisition Regulation (FAR) 52.212-1(b) (available at
www.ustda.gov); a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items (available at www.ustda.gov);
completed Contractor Employee Biographical Data Sheets for proposed key personnel
(available at www.ustda.gov), and a completed Contractor Price Quotation Breakdown
(available at www.ustda.gov). A signed SF 33 is no longer required to be submitted with
your proposal.
EVALUATION FACTORS FOR AWARD: FAR 52.212-2, Evaluation, Commercial
Items (available at www.acquisition.gov under FAR), is being used. The following
factors, in descending order of importance, will be used to evaluate all offers. All
evaluation factors, other than cost or price, when combined, are significantly more
important that cost or price.
export potential (including U.S. sector competitiveness) of projects;
including experience drafting Terms of Reference/budgets for studies and
experience with relevant financing mechanisms;
skills;