SOLICITATION NOTICE
R -- Support Which Implements Fast Transitions IV (SWIFT IV) - SWIFT IV Draft Statement of Work
- Notice Date
- 5/31/2012
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
- ZIP Code
- 20523
- Solicitation Number
- SOL-OAA-12-000081
- Point of Contact
- Sharon Wharton-Smith, Phone: 2025675347, Chadwick C. Mills, Phone: 2025675076
- E-Mail Address
-
swharton-smith@usaid.gov, cmills@usaid.gov
(swharton-smith@usaid.gov, cmills@usaid.gov)
- Small Business Set-Aside
- N/A
- Description
- SUB-IQC A/B Locations SWIFT IV Draft Statement of Work Support Which Implements Fast Transitions IV (SWIFT IV) Indefinite Quantity Contract (IQC) The Support Which Implements Fast Transitions IV (SWIFT IV) Indefinite Quantity Contract (IQC) is to provide the U.S. Agency for International Development's (USAID) Office of Transition Initiatives (OTI) with the means to support U.S. foreign policy objectives by helping local partners advance peace and democracy in priority countries undergoing political or post-conflict transitions. OTI's program team, comprised of OTI and contractor personnel, will work on the ground in countries undergoing a political or post-conflict transition to provide fast, flexible, short-term assistance targeted at key political transition and stabilization needs. USAID intends to release a solicitation for an IQC to provide the following services: i. Implement and manage activities from the Transition Activities Pool (TAP); and ii. Support non-direct hire USAID personnel, as needed. Task Orders that are issued under this IQC will specify the country or region within which to engage; the nature of the transition; the specific services anticipated; the initial objectives of the country or regional program; and illustrative program activities. The SWIFT IV IQC will have a five (5) year ordering period with an additional three (3) year period of performance for ongoing task orders. The IQC will be competed as two sub-IQCs that will share the overall SWIFT IV IQC ceiling. The sub-IQCs will be divided geographically as follows: • Sub-IQC A - Latin America and the Caribbean and Africa • Sub-IQC B - Middle East, Asia, and Europe and Eurasia The estimated ceiling for the SWIFT IV IQC will be $2.5 billion dollars for the entire period of performance. The Government intends to make up to seven (7) awards under each sub-IQC with at least one partial small business set-aside under each sub-IQC. Offerors may submit proposals for both sub-IQCs, and in the event that an offeror proposes an acceptable proposal for both sub-IQCs, they may be awarded both. Pre-solicitation Conference USAID will hold a pre-solicitation conference for all interested offerors on June 20, 2012 from 9:00 A.M.-12:00 PM. From 12:30 PM-1:30 PM, immediately following the pre-solicitation conference, USAID will answer specific questions from interested small business offerors regarding the partial small-business set-aside. Space is limited for the pre-solicitation conference, and interested offerors should submit names of no more than two (2) participants to attend the conference no later than June 13, 2012 to swharton-smith@usaid.gov. USAID will attempt to accommodate all interested participants, but spaces will be filled based on when responses are received. USAID will send a separate email to participants the information about the location for the pre-solicitation conference along with a draft agenda. USAID will post a copy of the transcript of the pre-solicitation conference to this notice after the event, and if USAID decides to release a solicitation for this IQC, the transcript of the pre-solicitation conference will be included as an attachment to the Request for Proposals. Questions Regarding this Pre-solicitation Offerors may ask questions regarding this pre-solicitation at the conference; interested offerors are also encouraged to submit any questions regarding the draft scope of work to swharton-smith@usaid.gov by June 13, 2012. Questions submitted prior to the pre-solicitation conference will be answered by USAID at the conference, and written responses will be included with the pre-solicitation notice. Issuance of this notice does not obligate USAID to release a solicitation or award a contract nor does it commit the Government to pay for costs incurred in the preparation and submission of a proposal. In addition, final award cannot be made until funds have been fully appropriated, allocated, and committed and internal USAID procedures have been completed. This notice satisfies the synopsis requirement in FAR 5.201. All information required for the submission of an offer will be contained in the electronic RFP package, that will be posted at www.fedbizopps.gov, no less than 15 days after this notice. Interested parties are advised to periodically monitor the above website for updates concerning this procurement. Telephonic requests or inquiries will not be taken. Point of Contact(s): Sharon Wharton-Smith, Contracting Officer, OAA/DCHA/OTI, Phone: 202-567-5347, Email: swharton-smith@usaid.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OAA-12-000081/listing.html)
- Place of Performance
- Address: Worldwide, United States
- Record
- SN02762841-W 20120602/120601000040-e053cf7ebf7853d2fe93b1213ffa944b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |