MODIFICATION
H -- Good Performer's Initiative Program II - Solicitation 1
- Notice Date
- 10/18/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, Grants, Acquisitions, Procurement and Policy Division (INL/RM/GAPP), SA-4 Navy Hill, South Building, 2430 E Street, N.W., Washington, District of Columbia, 20037, United States
- ZIP Code
- 20037
- Solicitation Number
- SINLEC-15-R-0007
- Archive Date
- 12/2/2015
- Point of Contact
- Lara Emmons, Phone: (202)736-9154
- E-Mail Address
-
emmonslj@state.gov
(emmonslj@state.gov)
- Small Business Set-Aside
- N/A
- Description
- J-3 Past Performance Survey J-2 Security Requirements J-1 Performance Work Statement Solicitation PRE-SOLICITATION NOTICE SOLICITATION #. SINLEC-15-R-0007, Good Performers Initiative II Note: Due to restrictions in the contract writing system, the solicitation number has changed from SINLEC-15-R-0007 to SINLEC-16-R-0001. The United States Department of State (DOS), Office of Resource Management, Grants and Acquisition Procurement Policy intends to issue a solicitation for professional services for Program Evaluation and Strategic Framework Development for the Good Performers Initiative Program. This effort includes data collection, analysis and reporting services to evaluate, identify and address program performance and improvements in the following key areas: program results, gaps and needs, lessons learned and best practices. The scope and purpose of the intended effort are as follows: Scope The U.S. Department of State anticipates awarding one contract to work with Afghanistan and U.S. Officials on the following: 1. Strengthen foreign law enforcement and rule of law to ensure citizen security. 2. Disrupt transnational criminal networks. 3. Establish and maintain global and regional partnerships based on shared objectives. 4. Provide effectively managed foreign assistance. The Contractor must provide personnel, equipment, tools, materials, supervision, training, and services necessary to conduct an outcome and implementation evaluation to the INL Good Performers' Initiative (GPI), GPI II. The evaluation shall focus assessments on improving upon current GPI activities and program implementation. Determine the effectiveness of GPI II by analyzing the changes within beneficiary households and communities from baseline to project completion. Identify lessons learned and best practices that will benefit INL programs in Afghanistan and elsewhere. Provide actionable recommendations based on evidence from this independent evaluation. Purpose This requirement supports the continued efforts to control, reduce, and eliminate drug trafficking in Afghanistan by motivating farmers on the eradication and interdiction of opium poppy. The Good Performance Initiative requires quick response to a rapidly changing geographical area, evolving agriculture tactics, and effective communication skills. Notice of Synopsis This is a pre-solicitation synopsis notice published in accordance with FAR 5.203 announcing that a solicitation is expected to be published in the Federal Business Opportunity (FedBizOpps) to acquire the services described above. The anticipated release date of the solicitation is on or about 30 Sep 15 on the FedBizOpps website with proposals due on or about 31 Oct 2015. The closing date and location for receipt of proposals will be reflected in the solicitation. All parties interested in submitting a proposal must be registered in the System for Award Management (SAM) registry (www.sam.gov). Interested parties are responsible for reviewing the FedBizOpps website frequently for updates and for reviewing/obtaining the Request for Proposals (RFP) and amendments, if any. This procurement will be conducted as a competitive 100% small business set-aside in accordance with Part 15 of the Federal Acquisition Regulation. The intended period of performance is 12-months plus four 1-year option periods. The North American Industry Classification System (NAICS) code for this requirement is 541611-Administrative Management and General Management Consulting Services with a small business size standard of $15M. The Department intends to select a source and award a single firm fixed-price (FFP) contract on the basis of best value to the government. All questions or concerns regarding this requirement must be submitted in writing via email to Lara Emmons at emmonslj@state.gov and must reference solicitation number SINLEC15R0007. No pre-solicitation conference will be held and interested parties should wait until after release of the solicitation to submit questions/inquiries. The solicitation will set forth a date for receipt of questions after which the government will be unable to guarantee provision of a timely response. No questions or inquiries will be accepted by telephone or fax. The Government intends to provide responses to questions on a non-attribution basis via amendment(s) to the solicitation. The distribution of the solicitation and associated updates, notices and amendments will be accomplished solely through the FedBizOpps website at http://www.fbo.gov/. Hard copies of the solicitation documents will not be available. Interested parties are responsible for monitoring the FedBizOpps website to ensure they have the most up-to-date information about this procurement/solicitation. Contracting Office Address: U.S. Department of State Bureau of International Narcotics Law Enforcement 2401 E Street, NW Washington, DC 20520 Customer Location: U.S. Department of State Office of Afghanistan and Pakistan Programs Washington, DC 20520 Procurement Point of Contact: Lara Emmons U.S. Department of State Office of Resource Management emmonslj@state.gov Office: (202) 736-9154 DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance in Afghanistan. This Contract is Subject to availability of funds and no Contract Award will be made until funds become available. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-09-26 13:13:53">Sep 26, 2015 1:13 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-10-18 05:26:27">Oct 18, 2015 5:26 am Track Changes Industry Questions and Responses are hereby posted, see the attached. Note: Due to restrictions in the contract writing system, the solicitation number has changed from SINLEC-15-R-0007 to SINLEC-16-R-0001.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/SINLEC-15-R-0007/listing.html)
- Place of Performance
- Address: Outer areas of Kabul, Afghanistan, Non-U.S., Afghanistan
- Record
- SN03924485-W 20151020/151018233428-db78511697e1d4f91577f9b138d4aafa (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 |