SOLICITATION NOTICE
R -- USAID/Lebanon Agriculture and Rural Empowerment (ARE) Activity
- Notice Date
- 2/11/2020 3:54:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- USAID/LEBANON BEIRUT LBN
- ZIP Code
- 00000
- Solicitation Number
- 72026820R00001
- Response Due
- 3/5/2020 7:00:00 AM
- Archive Date
- 03/20/2020
- Point of Contact
- Amy McQuade
- E-Mail Address
-
ARELebanonProposals@usaid.gov
(ARELebanonProposals@usaid.gov)
- Description
- Amendment #2�to this RFP is hereby issued�to notify interested offerors that Section J has�been revised. All other provisions and text of the RFP remain unchanged. Please see attached RFP for the changes highlighted in yellow. Amendment #1 to this RFP is hereby issued to notify interested offerors that Sections F, H, I, L and M have been revised. All other provisions and text of the RFP remain unchanged. Please see attached RFP for the changes highlighted in yellow. Request for Proposals (RFP) No.: 72026820R00001 Issue Date: February 5, 2020 Questions Due Date: February 18, 2020 at 5:00 PM, Beirut local time, 10:00 AM Washington, D.C (EST) Past Performance Due (Information Only): February 20, 2020 at 5:00 PM, Beirut local time, 10:00 AM Washington, D.C (EST) Technical and Cost Proposals Submission Due Date: March 5, 2020 at 5:00 PM, Beirut local time, 10:00 AM Washington, D.C (EST) Dear Prospective Offeror: The United States Government, represented by the U.S Agency for International Development (USAID), Mission in Lebanon (henceforth referred to as USAID/Lebanon or the Mission) seeks proposals to �develop rural economies in Lebanon through support to the agro-food sector and other industries to unlock local and export sales potential while also creating jobs and increasing farmers� and workers� incomes. The subject Request for Proposals (RFP) provides top-level objectives of the acquisition in a Statement of Objectives (SOO). The Performance Work Statement (PWS) submitted by offerors in response to this solicitation must outline cost-effective solutions and innovative approaches to meet the outlined objectives in the SOO. From the PWS, USAID/Lebanon will assess the bidder�s understanding of all aspects of the effort to be performed. USAID/Lebanon anticipates awarding one Cost-Plus-Fixed-Fee Completion-type contract as a result of this solicitation covering an estimated period of five (5) years from the date of contract award, consisting of three (3) base years, two (2) one-year option periods, and up to three (3) increased quantity options. Subject to availability of funds, USAID estimates the maximum amount of this contract (costs and fee) is in the range of $50,000,000 to $60,000,000, covering a period of performance of five years. However, offerors should not necessarily strive to equal this amount. Cost-effective approaches to achieving the program objectives stated in the government requirement are highly encouraged. Further information on available funding and the evaluation of cost proposals is in Section M of this document. The principal geographic code for this contract is 937. The North American Industry Classification System (NAICS) code for this acquisition is 541990. This requirement is subject to the availability of funds. This contract is expected to be awarded by no later than September 30, 2020. This procurement will be conducted under full and open competition, pursuant to Part 15 of the Federal Acquisition Regulation (FAR) (48 CFR Chapter 1). Eligibility of organizations to submit an offer is unrestricted. USAID encourages the participation to the maximum extent possible of local Lebanese organizations, small business concerns, veteran owned small business, service-disabled veteran small business, HUB zone small business, small disadvantaged business, and women-owned small business concerns and small business concerns in this activity as the prime contractor or as subcontractors. USAID strongly discourages offerors from entering exclusive arrangements with local or international entities. It is the responsibility of the recipient of this solicitation to ensure that the solicitation has been received from the Internet in its entirety. USAID bears no responsibility for data errors resulting from download or conversion processes. 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 Cover Page (Standard Form 33). Proposals received after the closing date and time will be processed as late and handled in accordance with FAR 52.215-1. Proposals submitted in response to this solicitation shall be valid for no less than 240 days. NOTE: ONLY Electronic submissions will be accepted. No other forms of submission will be accepted. Please note that the designated initial point of entry to the Government infrastructure for proposal submission is the USAID/Washington Internet server which will determine the timeliness of submission. Any questions regarding this solicitation must be submitted in writing via email to ARELebanonProposals@usaid.gov by the date and time specified above. Oral instructions or explanations given before the award of the contract resulting from this solicitation will not be binding. Answers to all offerors� questions will be provided in writing, via solicitation amendment. Proposals must be submitted via email to ARELebanonProposals@usaid.gov. If your organization decides to submit a proposal in response to this solicitation, detailed 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. If substantive questions are received which affect the response to the solicitation, or if changes are made to the closing date and time, as well as other aspects of the RFP, this solicitation will be amended. USAID reserves the right to amend or rescind this solicitation at any time. This solicitation, amendments to this solicitation, and announcement of contract award will be made available through the government point of entry at http://beta.sam.gov/. It is the Offeror�s responsibility to check this site periodically for official updates to this solicitation. Issuance of this solicitation and the submittal of a proposal do not constitute a commitment on the part of the U.S. Government nor USAID to make an award; neither does it constitute an obligation for any costs incurred in the preparation and submission of a proposal. Furthermore, the U.S. 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. USAID appreciates the time and effort put into preparing proposals in response to this solicitation. Sincerely, Amy McQuade Regional Contracting Officer
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/155fd70c2a024142972893d6a31e4150/view)
- Place of Performance
- Address: LBN
- Country: LBN
- Country: LBN
- Record
- SN05557659-F 20200213/200211230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |