MODIFICATION
R -- Public Financial Management (PFM) II IDIQ - Solicitation 1
- Notice Date
- 6/1/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
- ZIP Code
- 20523
- Solicitation Number
- SOL-OAA-17-000022
- Archive Date
- 8/2/2017
- Point of Contact
- Shannon White, Phone: 2025675009, Kelly Miskowski,
- E-Mail Address
-
shwhite@usaid.gov, kmiskowski@usaid.gov
(shwhite@usaid.gov, kmiskowski@usaid.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- Cost/Price Matrix Labor Distribution Chart Subcontracting Plan Template DD Form 254 Past Performance Report Short Form Proposal Preparation Checklist Illustrative Task Order Statement of Work Solicitation Issuance Date: June 1, 2017 Questions Due Date and Time: June 12, 2017 at 12:00pm Washington, D.C. time Due Date/Time for Past Performance Information: July 3, 2017 at 12:00pm DC time Closing Date/Time for Receipt of Proposals: July 18, 2017 at 12:00pm DC time Solicitation Number: RFP #SOL-OAA-17-000022, Public Financial Management II IDIQ (PFM II IDIQ) The United States Agency for International Development (USAID) is seeking proposals to provide public financial management services for USAID's Office of Economic Policy as described in the attached Request for Proposals (RFP). USAID anticipates the award of approximately 9 five-year Indefinite Delivery, Indefinite Quantity Contracts (IDIQs). USAID anticipates 3 to 4 of the contracts are set aside for award to small business concerns. The Agency reserves the right to award more or less awards than the anticipated number of contracts stated above. The incumbent(s) of the previous contracts include: Chemonics, Crown Agents, Development Alternatives Inc., Deloitte, DevTech, IBI International, International Development Group, Nathan Associates, and Pragma Corporation. Task orders will be placed with small businesses in accordance with Section F Ordering procedures. USAID anticipates that the maximum aggregate ordering limitation for contracts resulting from this RFP will be $475,000,000.00 over the five-year ordering period. The maximum aggregate dollar value of task orders awarded to all contractors cannot exceed this contract ceiling. This ceiling is not being subdivided among the number of awardees nor is it being multiplied by the number of awardees. There is no guarantee on the number of task orders that the successful contractors will receive or the amount of money beyond the minimum order guarantee set forth in the RFP. Please refer to Section L for information regarding proposal requirements. Offerors should take into account the expected delivery time required by the proposal transmission method they choose, and they are responsible for ensuring proposals are received at USAID by the due date and time as specified in Section L. Failure to comply with the submission date will deem any submission unacceptable and it will not be reviewed or evaluated. Section L of the RFP sets forth all instructions for the preparation and submission of required proposal contents, including critical dates/times for the submission of questions, and the proposal submission closing date and time. 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. This RFP in no way obligates USAID to award a contract nor does it commit USAID to pay any cost incurred in the preparation and submission of a proposal. Award of a Contract under this RFP is subject to availability of funds and other internal USAID approvals. This RFP 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OAA-17-000022/listing.html)
- Place of Performance
- Address: Worldwide, United States
- Record
- SN04529553-W 20170603/170601235829-1bc469558cfcfdec36ea193ddb16f816 (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 |