Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOLICITATION NOTICE

R -- EAST AFRICA TRADE AND INVESTMENT HUB - Package #1

Notice Date
4/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Agency for International Development, Overseas Missions, Kenya USAID-Nairobi, Unit #64102, APO, 09831-4102
 
ZIP Code
09831-4102
 
Solicitation Number
SOL-623-14-000009
 
Archive Date
5/27/2014
 
Point of Contact
Michael Makosala, Phone: 254-20-8622000, Adam J. Walsh, Phone: 2540208622491
 
E-Mail Address
mmakosala@usaid.gov, awalsh@usaid.gov
(mmakosala@usaid.gov, awalsh@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
J.4 EATH Inventory J.3 Websites J.2 TIH Acronyms J.1 Budget Template RFP Trade Investment Hub RFP Issuance Date: April 4, 2014 Questions due date and time: April 14, 2014, 08:00 am, Local Time (Nairobi, Kenya) RFP Closing date and time: May 12, 2014, 08:00 am, Local Time (Nairobi, Kenya) SUBJECT: Request for Proposal (RFP) No. SOL-623-14-000009 - EAST AFRICA TRADE AND INVESTMENT HUB (TIH) Dear Potential Offerors: The United States Government, represented by U.S. Agency for International Development (USAID), East Africa Regional Mission, in Nairobi Kenya, is soliciting proposals from qualified organizations for the performance of services detailed in the attached RFP to support a contract that will be administered by USAID/Power Africa and Trade Africa (PATA) and the Regional Mission for East Africa. 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), and AIDAR, will apply. Offerors are invited to submit proposals in accordance with the requirements specified in Section L of this RFP. Any proposal not received by the designated officials at the e-mail addresses listed below by the closing date and time specified will be handled in accordance with FAR 52.215-1. Proposals and any modifications thereto must be received electronically and must be sent via e-mail attachments to lmcelroy@usaid.gov; Awalsh@usaid.gov and MMakosala@usaid.gov by the closing date. ` Subject to availability of funds, USAID/PATA and the Regional Mission for East Africa contemplates award of a Cost-Plus-Fixed-Fee (CPFF) completion type contract. The maximum estimated cost of the contract (costs and fee) is in the range of $US65 - $US70 million covering a performance period of 3 years with 2, one year options While cost effective approaches to achieving the results stated in the government requirement are encouraged, offerors must not necessarily strive to meet the maximum amount. However, Offerors must propose costs that they believe are appropriate, realistic and reasonable for the work. Cost proposals will be evaluated as part of the Best-Value procedure in determining contract award. This solicitation consists of this cover letter and the attached RFP. All Offerors are cautioned to carefully review this cover letter and the contents of the RFP. 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. In addition to regularly checking the Federal Business Opportunities (FBO) website for important new information, potential offerors are encouraged to register to receive email notifications by going to the FBO page for East Africa Trade and Investment Hub, click on the "Watch This Opportunity" link, registering for an account to login, and following the instructions. An interested vendors list is not included in this solicitation. Potential Offerors can register by clicking on the "Add Me To Interested Vendors" link and following the instructions at the Federal Business Opportunities (http://www.fbo.gov) webpage 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. USAID discourages the use of exclusive agreements with international or regional/local organizations as this limits USAID's ability to receive the best services. Any questions, comments and requests for clarifications, regarding this RFP must be made in writing and sent to myself via e-mail at the addresses given above, before the Q&A close date specified above. Submission: If your organization decides to submit a proposal in response to this solicitation, a careful review of the cover letter and the contents of the RFP is encouraged, consequently, the submission must be in accordance with Section L of the RFP at the designated place and time indicated in Block 9 of the RFP cover page (Standard Form 33). Any proposal not received via email in the designated office and email account listed below by the closing date and time will be handled in accordance with FAR 52.215-1. Proposals and modifications thereto, must be submitted with the name and address of the offeror and the RFP number inscribed thereon to: USAID/East Africa Regional Acquisition and Assistance Office Attn: Linda McElroy, Regional Contracting Officer SOL-615-14-000009 Ph: +254-20-862-2318 All Proposals must be sent to the following email account: MMakosala@usaid.gov with a copy to lMcelroy@usaid.gov and Awalsh@usaid.gov. Receipt time is when the proposal is received by AID/Washington internet server. Hard Copy and Facsimile submission of proposals are not authorized and will not be accepted. Details associated with the submission requirements for Offerors' proposals are outlined in Section L of this solicitation. The proposal shall be prepared in two separate parts: the Technical Proposal shall address technical aspects only while the Business (Cost) Proposal shall present the costs. 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/East Africa in Nairobi, and not at the USAID offices in Washington, DC or any other location. Proposals and any modifications thereto must be received electronically and must only be sent via e-mail attachments to MMakosala@usaid.gov with a copy to LMcelroy@usaid.gov and Awalsh@usaid.gov by the closing date stipulated above. Proposals received after the closing time and date or are incomplete, will not be accepted nor considered unless authorized by the Contracting Officer. The Offeror must carefully consider Section L - Instructions to Offeror and Section M - Evaluation Criteria for Award. Sections B through I of the solicitation will become the contract with blanks completed by the Contracting Officer. Offerors are instructed to pay careful attention to, and complete in full, RFP 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.sam.gov. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR/FedReg, ORCA, and EPLS. Offerors shall also be required to provide a Data Universal Numbering System (DUNS) number established and assigned by Dun and Bradstreet, Inc. (D&B) to uniquely identify business entities. The DUNS number may be obtained from D&B by telephone (currently (877) 930-1156) or the Internet (currently at www.dnb.com). The mission shall only accept and respond to questions submitted in writing and within the stipulated question time Issuance of this solicitation and the submission of a proposal do not constitute any guarantee or a commitment on the part of the U.S Government or USAID to make an award; neither does it constitute any obligation or authorization by USAID to reimburse any costs incurred in the preparation and submission of a proposal. USAID reserves the right to reject any or all proposals received. Award of a contract will be subject to availability of funds and proper completion of required USAID internal processes. Thank you for your interest in working with USAID/East Africa. Sincerely, /S/ Linda McElroy Supervisory /Contracting and Agreement Officer USAID/EA/RAAO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OM/KEN/SOL-623-14-000009/listing.html)
 
Record
SN03330922-W 20140406/140404235131-92efbfcbbf8cea542c72b24f6b18815a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.