Federal Bid

Last Updated on 03 Jul 2019 at 3 AM
Combined Synopsis/Solicitation
Trade Tennessee

Definitional Mission(DM) Egypt-Information and Communication Technology (ICT)

Solicitation ID RFQ-CO2012221021A
Posted Date 08 Dec 2011 at 6 PM
Archive Date 02 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Ustda
Agency United States Trade And Development Agency
Location Trade Tennessee United states

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.

  • (1) Relevant technical experience, knowledge of industry and sector contracts;
  • (2) Work plan, including strategy for evaluating risks, financial viability, and U.S.

export potential (including U.S. sector competitiveness) of projects;

  • (3) Relevant experience in evaluating and developing international projects,

including experience drafting Terms of Reference/budgets for studies and

experience with relevant financing mechanisms;

  • (4) Knowledge of country and/or region, including relevant foreign language

skills;

  • (5) Past Performance; and
  • (6) Quality of Proposal, including quality of writing and organization.
Bid Protests Not Available