Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SOLICITATION NOTICE

R -- MALI PERFORMANCE MONITORING AND EVALUATION (M&E) PLATFORM - SOL-688-14-000001

Notice Date
9/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Agency for International Development, Overseas Missions, Mali USAID-Bamako, Dept. of State, Washington, District of Columbia, 20521-2050
 
ZIP Code
20521-2050
 
Solicitation Number
SOL-688-14-000001
 
Archive Date
11/5/2014
 
Point of Contact
Cheick Oumar Coulibaly, Phone: 0022320702758
 
E-Mail Address
cocoulibaly@usaid.gov
(cocoulibaly@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
Mali Perfomance Monitoring and Evaluation Platform Request for Proposal SOL-688-14-000001 The United States Agency for International Development (USAID) is seeking proposals to establish and implement the USAID/MALI PERFORMANCE MONITORING AND EVALUATION (M&E) "PLATFORM" to support the USAID/Mali's management information capacity building needs, facilitate program management decisions, and shape long-term strategic direction and decision-making as further described under Statement of Work, Section C - of the RFP. The primary objective of the contract is to establish and implement an M&E platform that will provide USAID/Mali with continued services in performance monitoring, verification, and impact and performance evaluations. Additionally, the contractor will conduct assessments, special studies, and surveys that will help inform the design of individual activities and/or larger projects This Indefinite Delivery Indefinite Quantity Contract (IDIQC) will be awarded through a competitive process and work will be delivered through Firm-Fixed-Price and/or Cost Plus Fixed Fee (Completion/Term) task orders. USAID anticipates the award of one five-year ( IDIQC) with a maximum ordering limit for contracts of $21 million over a five-year period. Task Order 1, with a maximum estimated cost of $13 million, will be issued simultaneously with the award of the IDIQC. USAID has determined that only one IDIQC will be issued since the projected task orders are so integrally related. USAID/Mali OAA invites all interested and qualified organizations to submit proposals in accordance with the requirements of this RFP. U.S. and non-U.S. (including Malian) for-profit firms and non-governmental organizations (NGOs) meeting USAID source and nationality geographic code 935 are eligible to submit proposals for this RFP. In support of USAID's interest in expanding the number and sustainability of development partners, USAID/Mali encourages proposals from U.S. small businesses and potential new local partners as prime or sub-contractors. Exclusive contracts or exclusive teaming agreements with local organizations in Mali are prohibited given the limited pool of partner organizations fitting the criteria for a locally-controlled organization. Please refer to Section L for information regarding proposal requirements and all instructions for the preparation and submission of required proposal contents, including critical dates/times for submission of questions, proposal submission closing date and time. Offerors should take into account the expected delivery time required by the email transmission method, and they are responsible to ensure that proposals are received at USAID by the due date and time as specified above. Failure to comply with the submission date and email transmission method will deem any submission unacceptable and it will not be reviewed or evaluated. Section M states the criteria by which proposals will be evaluated. Oral explanations or instructions given before award of the contract will not be binding. It is expected that the proposals in response to this solicitation will be valid for 60 days minimum (unless a different period is proposed by the Offeror). If your organization decides to submit a proposal in response to this solicitation, it must be submitted by the designated date and time indicated in Block 9 of the RFP (Standard Form 33). Proposals received after the closing date and time will be processed as late and handled in accordance with FAR 15.208. Only electronic submissions will be accepted. Please note that the designated initial point of entry to the government infrastructure for proposal submissions is the USAID internet server. Please pay careful attention to, and complete in full, RFP section K - Representations, Certifications, and Statements of Offerors. Offerors should also carefully consider section L - Instructions to Offerors, and section M - Evaluation Factors for Award. Sections B through I of the solicitation will become the substantive part of the anticipated contract with blanks to be completed by the Contracting Officer upon award. Proposals must be signed by an official authorized to bind the Offeror's organization. The issuance of this solicitation does not in any way obligate the U.S. Government to award a contract nor does it commit the U.S. Government to pay for costs incurred in the preparation and submission of a proposal. Furthermore, the Government reserves the right to reject any and all offers, if such action is considered to be in the best interest of the U.S. Government. The award of a Contract under this solicitation is subject to availability of funds and other internal USAID approvals. This solicitation can be viewed and downloaded from www.fedbizopps.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. Questions regarding this RFP must be submitted by email to the following address, by the date and time stated in this cover letter, to bamakoaao@usaid.gov. We thank you for your interest in this important program and look forward to receiving your proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OM/MAL/SOL-688-14-000001/listing.html)
 
Place of Performance
Address: Mali, West Africa, Mali
 
Record
SN03502965-W 20140911/140910000726-bce99f7662fc210dffe75628ce80e491 (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.