이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
Future Ready Case Studies Support
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2016.08.25
원본

공고명: Future Ready Case Studies Support
게시일: 2016/08/24 
마감일: 2016/09/06
수행지역: 미국
카테고리: 52 - 가정용기기,용품및가전제품


공고내용


Solicitation Number:

OET-EMS2016-0001
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
Added: Aug 23, 2016 9:22 am Modified: Aug 23, 2016 1:44 pmTrack Changes
Amendment 0001 - August 23, 2016: The quote submission due date is amended to September 6, 2016. Quotes are requested on or before 10:00 a.m. EST on Tuesday, September 6, 2016. End of Amendment 0001.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation for commercial services is being conducted under FAR Part 13 in conjunction with FAR Part 12. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation OET-EMS2016-0001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The NAICS Code is 611710, Educational Support Services, and small business size standard is $15M.


The U.S. Department of Education (ED) requires evaluation expertise to conduct case studies to examine district leaders' use, application, and perceptions of the Future Ready professional learning resources. The Future Ready initiative provides digital learning opportunities to help school districts move quickly toward preparing students for success in college, a career, and citizenship. More than 2,200 districts have signed the Future Ready District Pledge. The Statement of Work, uploaded separately, contains the Department's complete requirements.



The firm selected to receive an offer from the Department is required to register in the System for Award Management (SAM) and to maintain active registration during the life of the purchase order. SAM can be accessed at https://www.sam.gov. Firms shall include their DUNS number in their quote. If the firm does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. The firm selected for an offer from the Department will need to provide Offeror Representations and Certifications prior to any award.


Provisions and Clauses:


The following FAR and EDAR provisions and clauses apply to the RFQ and any resulting purchase order.


1. 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):


Education Department Acquisition Regulation (EDAR) provisions can be reviewed at http://edocket.access.gpo.gov/2011/pdf/2011-4660.pdf.


Federal Acquisition Regulation provisions and clauses can be reviewed at:
http://www.acquisition.gov/far/loadmainre.html


2. 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015)


3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (JUN 2016) Clauses the Contracting Officer has identified as applicable:


X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).
X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note).
X (16) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)).
X (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
X (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
X (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
X (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
X (33) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
X (46) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
X (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).


4. FAR 52.232-40 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)


(a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.
(b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
(c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.


5. 3452.201-70 Contracting Officer's Representative (COR). The COR is TBD at award.


6. EDAR 3452.224-70 Release of Information Under the Freedom of Information Act (MAY 2011)


7. EDAR 3452.237-71 Observance of Administrative Closures (MAY 2011)


8. EDAR 3452.242-73 Accessibility of Meetings, Conferences, and Seminars to Persons with Disabilities (MAY 2011)


9. EDAR 3452.243-70 Key personnel (MAR 2011)


10. 303-1 SHIPMENT AND MARKING (MARCH 1986)
(a) The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract.
(b) Ship deliverable items to: TBD at award.


11. 306-1a INVOICE AND CONTRACT FINANCING REQUESTS SUBMISSION (ALTERNATE I) (JAN 2007)


Payments shall be rendered in accordance with the payments clause(s) of the incorporated contract clause section and with those otherwise specified rated or fixed price amounts. (B) The contractor shall submit invoices electronically as an attachment to a message to (EMAIL ADDRESS TBD AT AWARD). The subject area of the message shall contain the invoice number, contract number, and contract specialist's name. The electronic copy of the invoice shall be in a format that is supported by Microsoft Office (Microsoft Word or Excel), or Adobe Acrobat (.pdf). ** Invoice shall include the name of the conference/project as well as the date of the meeting/project.


QUOTES MUST INCLUDE:


The quote must contain all information necessary to determine that the organization can meet the technical requirements. The quote shall include a firm-fixed-price (FP) price quote and a technical solution to meet the requirements in the SOW, including Optional Task A. The technical solution shall include a list of staff that will be doing the work and their experience/resume, a management plan, and a capabilities/experience section. The quote shall demonstrate understanding of, and the capability to, meet all of the requirements included in the Statement of Work.


The technical quote shall include the following:


• Technical Solution: include the proposed activities to accomplish each individual task in the SOW
• Proposed Personnel: Quotes shall have a list of staff that will be doing the work and their experience/resume. Evidence of a relationship between the background/experience of proposed staff to the specific tasks to be performed will be evaluated and must be described in detail in the proposal. A list of possibly relevant items in the resumes of proposed staff will not be sufficient, as the U.S. Department of Education will make no assumptions if vague or incomplete information is provided. In addition, examples of corporate experience used to demonstrate the expertise and experience of proposed staff should identify proposed staff by name, including the nature and scope of their work responsibilities relative to the examples provided. Examples provided of corporate experience that do not provide adequate evidence of significant involvement by proposed staff will not be considered for this criterion. Reasonable allocation of staff to tasks in keeping with their expertise will be evaluated, as well as, assurance of commitment and vitae for all staff, subcontractors and consultants.
• Management Plan: The offeror that proposes the best management plan, in terms of providing for project control; efficient and timely use of human, physical and financial resources; milestones for completion of work tasks will receive the most points. Clear and concise management charts particularly in regard to the general management plan, the project staffing arrangements, and the interrelationships among project entities including staff, subcontractors and consultants will be evaluated. The offeror shall demonstrate the ability to manage and support multiple tasks simultaneously, as well as the ability to provide quick start-up and turnaround on projects.
• Corporate Experience: a list of client or organization references that demonstrate organizational experience and capability. The quote shall identify corporate experience for any proposed subcontractors. Quoters shall clearly demonstrate qualifications and pertinent experience conducting work of a similar nature as described in the SOW.


Please submit a firm-fixed price (FFP) price quote for furnishing the services described in the attached SOW, including Optional Task A. The quote must include a FFP for the base requirements as well as a FFP price for the Optional Task A. The FFP shall account for labor as well as other direct costs, including technology costs, supplies, printing, etc. The quoter shall include a proposed payment schedule with the quote.


EVALUATION CRITERIA:

The U.S. Department of Education intends to award one FFP contract resulting from this competition. Award shall be made to the quoter that is determined to be the best value to the Government. This determination is made through a comparative assessment of the quotes.

For this award, technical merit is more important than price. As the technical merit of quotes become more equal, the price evaluation will become a more significant factor. However, to be considered for an award, a quote must be fairly and reasonably priced. The contracting officer will determine whether any difference in technical merit is worth the difference in cost or price.

Technical Merit will be determined on the basis of the following evaluation factors:

I. Soundness of the Technical Solution

The quality of proposed activities to accomplish each individual task will be evaluated based on the degree to which they demonstrate expertise in:

• Current educational technology policy, practice and research, including how the proposed activities will further the goals and recommendations of the ConnectED and Future Ready initiatives;
• Research and evaluation methodologies, including experience conducting case studies in a rigorous and timely manner leading to insights that significantly inform practice and increase impact of educational technology interventions;
• Writing, editing, positioning and messaging high-level, complex and technical content, preferably in the field of educational technology;
• Feasibility of proposed plans for carrying out each task, including the clarity, creativity, and soundness of any recommended improvements to the SOW.


II. Technical Qualifications of Proposed Staff

The U.S. Department of Education will judge the qualifications of the offeror's proposed project director based on the narrative descriptions and resume provided. The project director is required to spend at least 50% of her/his time to this project. Qualifications and experience include the following:


• The project director possesses clearly identified qualifications, competencies, and (2 points each): (1) Current educational technology policy, practice and research; (2) Research and evaluation methodologies, including experience conducting case studies in a rigorous and timely manner; (3) Writing, editing, positioning and messaging high-level, complex and technical content, preferably in the field of educational technology.

The U.S. Department of Education will judge the qualifications of the offeror's proposed senior staff (other than the Project Director) based on the narrative descriptions and resumes provided. Senior staff must demonstrate, collectively, knowledge and competence in all of the following areas and appropriate experience for tasks for which they are proposed (2 points each): (1) Current educational technology policy, practice and research; (2) Research and evaluation methodologies, including experience conducting case studies in a rigorous and timely manner; (3) Writing, editing, positioning and messaging high-level, complex and technical content, preferably in the field of educational technology.


The U.S. Department of Education will judge the availability and commitment of proposed staff based on:

• Proposed allocation of personnel resources and personnel time in relation to the work to be accomplished; and
• Assurances of commitment provided for the proposed staff, including consultants and subcontractors.

III. Management of Tasks

The U.S. Department of Education will evaluate the management plan for technical quality and cost control:

• Quality of plans for ensuring high quality of project deliverables, including feasibility of plans to identify any technical problems or potential problems early and develop solutions for addressing them;
• Quality of plans for control of costs, including feasibility of plans to identify any cost problems or potential problems early and develop solutions for addressing them.


The U.S. Department of Education will evaluate the quality of plans for schedule, communication and organizational structure based on:

• Maintenance of contract schedule;
• Plans for communication (including communication of problems) with the COR; and
• Organizational structure of the project, including coordinating and controlling work of project personnel and sub-contractors.

IV. Corporate Experience and Performance Record

The U.S. Department of Education will evaluate corporate experience and capability based on:

• Degree to which the Offeror demonstrates relevant experience in operating a project of this nature and scope, including consideration of the Offeror's reputation in terms of quality, problem resolution, cost control, timeliness, business relations and customer service; and
• Degree to which the current obligations of the Offeror and the Offeror's resources, facilities, and equipment identified for use in conducting this project provide evidence of producing quality products and the feasibility of timely completion of this project. Evidence that the offeror has stability of key staff shall be considered.


CLARIFICATION QUESTIONS:


Interested parties must submit all clarification questions concerning this solicitation in writing via e-mail to Gary Weaver at Gary.Weaver@ed.gov. ED will accept clarification questions until 10:00 a.m. EST on August 26, 2016. After this date, ED does not guarantee that a response will be given. Oral explanations or instructions given by the Government before the award of the contract shall not be binding. Any information given to a prospective offeror concerning a solicitation will be furnished promptly to all other prospective offerors as an amendment to the solicitation, if that information is necessary in submitting quotes or if a lack of it would be prejudicial to any other prospective offerors.


QUOTE SUBMISSION


Quotes are requested on or before 10:00 a.m. EST on Tuesday, September 6, 2016. Please email quotes to Gary Weaver at Gary.Weaver@ed.gov.

Please consult the list of document viewers if you cannot open a file.
Statement of Work
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Statement of Work
Posted Date:
August 23, 2016
Description: Statement of Work
Contracting Office Address:
550 12th Street, SW, 7th Floor
Washington, District of Columbia 20202
Primary Point of Contact.:
Gary L. Weaver,
Contracting Officer
Phone: 202-302-8907

 

원본 URL: https://www.fbo.gov/?s=opportunity&mode=form&id=e0d4155707f655e973765ab44d3944ad&tab=core&_cview=1