MODIFICATION
R -- Integrity Investments Initiative (I3) Project - Solicitation 1 - Solicitation 1
- Notice Date
- 8/2/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Agency for International Development, Overseas Missions, Philippines USAID-Manila, Amer Emb/Manila, USAID #8115, APO, 96440
- ZIP Code
- 96440
- Solicitation Number
- SOL-492-12-000012
- Response Due
- 9/17/2012 12:00:00 PM
- Archive Date
- 8/2/2013
- Point of Contact
- Ma. Belinda Y De La Torre, Phone: (63)(2) 552-9800, Irene B. Narag, Phone: (63)(2) 552-9924
- E-Mail Address
-
manilai3project@usaid.gov, aidmnlorp@usaid.gov
(manilai3project@usaid.gov, aidmnlorp@usaid.gov)
- Small Business Set-Aside
- N/A
- Description
- Request For Proposal, SOL-492-12-000012, for the i3 Project. SF33 for Request For Proposal, SOL-492-12-000012, the i3 Project. Dear Prospective Offerors: USAID/Philippines is soliciting proposals from qualified organizations for the performance of services detailed in the attached RFP to support a program that will be administered by USAID's Office of Economic Development and Governance (OEDG). This procurement is being conducted through full and open competition, for which the procedures for "contracting by negotiation, trade-off process" method of procurement, as described in Part 15 of the Federal Acquisition Regulation (FAR), will apply. USAID/Philippines plans to award a Cost-Plus-Fixed-Fee (CPFF) completion type contract. The maximum amount of the contract (costs and fee) is US$16million covering an estimated four-year base period of performance with a one-year option period. The estimated costs for the base and option periods are US$13million and US$3million respectively. Offerors should not necessarily strive to meet the maximum amount. Offerors must propose costs that it believes are realistic and reasonable for the work. Cost proposals will be evaluated as part of the Best-Value procedure in determining contract award, including cost effective approaches to achieve the results. Issuance of this solicitation and the submission of a proposal do not constitute a commitment on the part of the U.S Government or USAID to make an award; neither does it constitute an obligation for any costs incurred in the preparation and submission of a proposal. Award of a contract will be subject to availability of funds and proper completion of required USAID internal processes. It is the responsibility of the recipient of this solicitation document to ensure that it has been received in its entirety, including subsequent solicitation amendments, if any. USAID bears no responsibility for data errors resulting from transmission or conversion processes. USAID reserves the right to reject any or all proposals received. To this end, this RFP is being issued and consists of this cover letter and the text of the attached RFP. All Offerors are cautioned to carefully review this cover letter and the contents of the RFP. The details associated with the submission requirements for Offerors proposals are outlined in Section L of this solicitation. Proposals must be signed by an official who is authorized to bind the organization and are to be submitted to USAID no later than the closing date and time stated above, at USAID/Philippines in Manila, Philippines and not at the USAID offices in Washington, DC or any other location. Offerors should take account of the expected delivery time required by the proposal transmission of their choice and are responsible to ensure that proposals are received at USAID by the due date and time. One (1) original and four (4) hard copies of the technical proposal and one (1) original and one (1) copy of the cost proposal constitutes a complete submission. Offerors must also submit an electronic copy of both their technical and cost proposals. Acceptance is upon receipt of the complete hard copy NOT the electronic copy. Facsimile submissions will not be accepted. Proposals received after the closing time and date or are incomplete, will not be accepted nor considered unless authorized by the Contracting Officer. Offerors are instructed to pay careful attention to the RFP's Section K - Representation, Certifications and Acknowledgements. Offerors must comply with FAR clause 52.204-7, Central Contractor Registration, and complete the annual representations and certifications electronically via the Online Representations and Certifications Application website at https://www.acquisition.gov. An interested vendors list is not included in this solicitation. Offerors can register and use the interested vendors list at the Federal Business Opportunities (http://www.fbo.gov) webpage created for this solicitation so that interested firms and individuals can contact one another for consideration of teaming arrangements and/or small business subcontracting opportunities arising from this solicitation. Questions, comments and requests for clarifications must be sent to manilai3project@usaid.gov with a copy to orpmailbox@usaid.gov no later than August 16, 2012, 11:00pm, Manila time. Oral explanations or instructions given before the award of the contract will not be binding. Furthermore, USAID/Philippines reserves the right to reject any and all offers, if such action is considered to be in the best interest of the US Government. Please note that this does not constitute any guarantee that a contract will be awarded nor does it constitute any authorization by USAID to reimburse costs incurred in the preparation of a proposal. Thank you for your interest in working with USAID/Philippines. Sincerely, //S// Sallie McElrath Supervisory Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OM/PHI/SOL-492-12-000012/listing.html)
- Record
- SN02825706-W 20120804/120803001433-388a32e557fc63c7f951e86136487801 (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 |