The RFP Database
New business relationships start here

Wine Promotion and Marketing Cochran Fellowship Program for Serbia


District Of Columbia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Cochran Fellowship Program for Serbia- Wine Promotion and Marketing. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) The solicitation RFQ 12FPC219Q0038 is issued as a Request for Quotation (RFQ).


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02 Effective 5 Jun 2019.


(iv) This solicitation is NOT set-aside. The NAICS code utilized is 611430, $11M size standard.


(v) Line item number(s) and items, quantities, and units of measure:
Line Item 1: Firm-fixed price line item for the program and accommodations


(vi) Description of requirements for the items to be acquired.
The Cochran Fellowship Program's Eastern Europe and Eurasia region requires the design and delivery of a training program on U.S. Wine Promotion and Marketing for six Fellows from Serbia. The Fellows are representatives of the wine industry, including private business owners and public sector employees.
Serbia is currently looking to import and produce high-end wines due to the shortage created by the significant development of the restaurant and tourism sectors, and an increase in local demand. The increased demand for high-end, quality wines creates a unique opportunity for U.S. wine exports.
The training should showcase the U.S. wine industry by exposing the Fellows to different U.S. wine grape varieties and growing regions, as well as U.S. wine production process, with emphasis on the quality standards of U.S. viticulture. Training topics shall include new technologies and trends, wines that will meet the tastes of the Serbian market, wine tourism, proper handling, storage, and export regulations for these products. The training provider should work closely with the U.S. industry associations to build the training program. The objective of this program is to educate the Fellows about U.S. wine and to introduce U.S. wine production methods. The goal is to increase the Fellows' capacity for agricultural research, extension, and participation in international trade; and to introduce U.S. wine and wine production technologies, ultimately leading to an increase in exports of U.S. wine and wine production inputs.
Refer to additional information is provided in the attached Statement of Work and attachments.


(vii) Date(s) and place(s) of delivery and acceptance and FOB point.
Program to be developed beginning July, 2019 and conducted/delivered in September, 2019


(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and addenda, as follows:
Responses shall be based on the attached SOW and include the following information:
1. DUNS number and TIN
2. Company Name, mailing address, website address, & point of contact
3. Date submitted and quotation/proposal expiration date
4. A final total price to include a price breakdown including ALL cost associated with this requirement
5. A proposal for the location and delivery of the program
6. Two experience and past performance references with contact information to include Organization Name and Location, Contact Name, Contact Telephone, Contact email, and a brief description of the experience.
7. Note: to be considered for award, the vendor must:
o Have an active DUNS Number (can be obtained http://fedgov.dnb.com/webform)
o Have an Active SAM.gov account without exclusions
o Be able to accept a Government purchase order and be willing to register in the US Treasury's Invoice Processing Platform, http://www.ipp.gov


(ix) FAR 52.212-2, Evaluation -- Commercial Items, is applicable with the following evaluation criteria to be used to determine award:
52.212-2 -- Evaluation -- Commercial Items (Oct 2014)
(a) The Government will award a contract 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:
1. Technical Capability of the Vendor and Program offered to meet the Government's Requirements:
a. Technical expertise and experience. Trainer must have appropriate technical background to provide the desired training. If necessary, other appropriate collaborating scientists should be identified to meet any of the objectives which the primary trainer cannot address. Trainer's experience and knowledge of relevant agricultural conditions within the Fellows' country(ies) or a similar location will be considered as appropriate. Also taken into account is the trainer's experience with international training and adult education.
b. Overall Program. The overall program plan and design should be relevant to the specified training objectives and Fellows' backgrounds. The program plan should be thorough, well thought out, and will achieve the desired post-program deliverables. Relevant agricultural practices within the region of the university will be considered as appropriate. Relevant University resources should be identified. Additional resources/organizations should be identified as appropriate. Site visits and meetings should be meaningful to the content of the program. Overall Program will also be reviewed based on host institutions ability to demonstrate flexibility and their quality assurance plan.
c. Quality. The overall proposal will be reviewed for overall quality, ensuring that proposal is comprehensive, well thought-out and contains correct spelling and grammar.


2. Price: Proposed pricing/budget should be appropriate for the number of fellows and length of the program and should include appropriate cost savings where available. A narrative should accompany each item.
3. Past Performance: Past performance reference surveys will be evaluated for relevance and as an indicator of confidence in successful performance of this requirement.
Technical and past performance, when combined, are more important than price. In general, the highest-rated proposal will be selected, however, FAS may occasionally select out of score order for policy reasons, such as geographic distribution, incorporation of minority-serving institutions, past experience, etc. When responses are fairly equivalent with respect to technical and past performance factors, price may be the deciding factor.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(x) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, must be submitted with the offer and completed in SAM.gov.
If Representations and Certifications are current in SAM.gov, full text certifications do not need to be attached.


(xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.
Addenda are attached to the Statement of Work


(xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. Additional FAR clauses applicable to the acquisition:
Full text of 52.212-5 with additional clauses are attached to the Statement of Work


(xiii) Additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
Additional contract requirements are included in the Statement of Work and attachments
Invoicing:
Invoice may be submitted for payment upon completion of all deliverables.
All invoices must be submitted electronically in the US Treasury's Invoice Processing Platform (IPP), http://www.ipp.gov


(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating.
Not applicable


(xv) Responses due, location, date, and time:
All responses must be emailed to:
Michelle.jardine@usda.gov
Responses are due Tuesday, July 2, 2019; 4:30PM Mountain Daylight Time


(xvi) Contact for information regarding the solicitation:
Michelle Jardine, 801-844-2909; michelle.jardine@usda.gov


REFER TO THE ATTACHED DOCUMENTS FOR MORE INFORMATION


Michelle C. Jardine, Contracting Officer, Phone 8018442909, Email michelle.jardine@usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP