Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:72051424R00002
Solicitation has been amended to reflect the results of the Question and Answers (Q&A) phase. Please see Attachments section for additional documents. Thank you. ---------- Dear Prospective Offerors: ...
Solicitation has been amended to reflect the results of the Question and Answers (Q&A) phase. Please see Attachments section for additional documents. Thank you. ---------- Dear Prospective Offerors: The United States Government, represented by the United States Agency for International Development (USAID)/Colombia, is seeking proposals from qualified U.S. small businesses interested in providing services related to the monitoring, evaluation, and learning of USAID/Colombia’s strategy and activities, as described in the attached Request for Proposals (RFP). The Authorized Principal Geographic Code for this solicitation is 937 – (the United States, the recipient country, and developing countries other than advanced developing countries, but excluding any country that is a prohibited source). The NAICS Code for this solicitation is 541611 -- Administrative Management and General Management Consulting Services. USAID anticipates awarding a single Hybrid - Cost plus Fixed Fee (CPFF) Completion - Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. The Total Estimated Cost-Plus Fixed Fee for services under this contract (CLIN 0001 & CLIN 0002) is estimated to fall within the range of $40 million and $46 million. This procurement is set aside for small business concerns and will be conducted in accordance with procedures pursuant to Part 19 and Part 15 of the Federal Acquisition Regulation (FAR) (48 CFR Chapter 1). Please refer to Section L for information regarding proposal requirements. Offerors should consider the expected delivery time required by the proposal transmission method they choose, and they are responsible for ensuring proposals are received at USAID by the due date and time as specified in Section L. Any proposal not received by USAID by the date/time specified in this RFP will not be reviewed or evaluated. Faxed proposals are not acceptable, nor will they be reviewed or evaluated. Section L of the RFP sets forth all instructions for the preparation and submission of required proposal contents, including critical dates/times for the submission of questions, and the proposal submission closing date and time. Section M states the criteria by which proposals will be evaluated. Offerors must carefully review Sections L and M of this RFP for details of this process. Oral explanations or instructions given before award of the contract that are not formalized with an amendment will not constitute a formal amendment of the RFP and will not be binding. This RFP in no way obligates USAID to award a contract or task order nor does it commit USAID to pay any cost incurred in the preparation and submission of a proposal. Award of a Contract under this RFP is subject to availability of funds and other internal USAID approvals. USAID expects that Offerors will have equal access to all local organizations needed to implement this contract and strongly discourages exclusivity agreements with local organizations. This RFP can be viewed and downloaded from www.sam.gov. USAID bears no responsibility for data errors resulting from transmission or conversion processes. Further, be aware that amendments to solicitations are occasionally issued and will be posted on the same website from which you downloaded the solicitation. USAID advises to regularly check the above website for amendments. Sincerely, Heather Wirick Contracting Officer USAID/Colombia