Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SOLICITATION NOTICE

R -- SWIFT 5 - Transition Programming and LTTA Support - Documents

Notice Date
6/30/2017
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting 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-TBD-SWIFT5
 
Archive Date
11/30/2017
 
Point of Contact
Francisco A Escobar, , Apisit Viriya,
 
E-Mail Address
swift5@usaid.gov, swift5@usaid.gov
(swift5@usaid.gov, swift5@usaid.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Draft Section C Scope of Work Pre-solicitation Notice The US Agency for International Development (USAID) Office of Transition Initiatives (OTI) intends to release a solicitation for the Support Which Implements Fast Transitions (SWIFT) 5 Indefinite Delivery Indefinite Quantity (IDIQ) Contract which enables USAID to support U.S. foreign policy objectives by catalyzing local initiatives to advance stability, peace and democracy in response to complex political crises. The SWIFT IDIQ contract is one of OTI’s tools that enables USAID to seize emerging windows of opportunity in the political landscape to promote stability, peace, and democracy through adaptive and agile programming. To accomplish this, the SWIFT 5 IDIQ will be structured around two service areas/components: 1) Implementation of Transition Programs (SWIFT-Programs); and, 2) Long-Term Technical Assistance to Support OTI Program Operations (SWIFT-O-LTTA) - restricted to Small Business Set-Aside. ● Under the SWIFT-Programs component, through specific Task Orders, the Contractor will: a) establish, staff, manage, operate, and support a flexible, quick-response mechanism capable of administering and implementing targeted activities; and, b) provide support to program-funded USAID personnel. ● Under the SWIFT-O-LTTA component, through specific Task Orders, the Contractor will: a) recruit and deploy long term technical assistance to support OTI program operations, and, b) provide support to program-funded USAID personnel. Task Orders that are issued under this IDIQ will: specify the country or region within which to engage; the initial objectives of the Task Order statement of work; the specific services anticipated; and illustrative program activities. The SWIFT 5 IDIQ is anticipated to have a five (5) year ordering period with an additional two (2) year period of performance for ongoing task orders. The unrestricted (SWIFT-Programs) and restricted small-business set aside (SWIFT-O-LTTA) components of the IDIQ will share the overall SWIFT 5 IDIQ ceiling. The estimated ceiling for the SWIFT 5 IDIQ will be $2.5 billion dollars for the entire period of performance. The Government intends to make up to seven (7) awards under the unrestricted component of the SWIFT 5 IDIQ, which may include at least one (1) small business reserve contract. The Government is considering between one (1) to three (3) awards under the restricted small business set-aside under the SWIFT 5 IDIQ. The attached Draft Statement of Work presents the current objectives and key elements of the SWIFT IDIQ contract. This is not an invitation for bid, request for proposal or other solicitation. Issuance of this notice does not obligate USAID to release a solicitation or award a contract, nor does it commit the Government to pay for costs incurred in the preparation and submission of a proposal. In addition, final award cannot be made until funds have been fully appropriated, allocated, and committed and internal USAID procedures have been completed. This notice satisfies the synopsis requirement in FAR 5.201. All information required for the submission of an offer will be contained in an electronic RFP package, announced on the Federal Business Opportunities website: http://www.fbo.gov, no fewer than 15 days after this notice. Interested parties are advised to periodically monitor the above website for updates concerning this procurement. Telephonic requests or inquiries will not be taken. Pre-solicitation Conference: USAID will hold a Pre-solicitation Conference for all interested offerors on Tuesday, July 25 2017 from 1:00PM to 4:00PM. From 4:00PM to 5:00PM, USAID will meet with interested small business offerors regarding the partial small business set-aside and the potential small business reserve. At most, only two (2) participants may attend the conference from any firm. USAID will attempt to accommodate all interested participants, but spaces will be filled based on when responses are received. USAID will send a separate email to those who have registered with the information about the location for the Pre-solicitation Conference along with a draft agenda. Space is limited for the pre-solicitation conference, and interested offerors should register no later than Friday, July 14, 2017 using this form: https://goo.gl/forms/f1HEwNnIl0qfgSSO2 As a back-up, you are welcome to submit an email to swift5@usaid.gov with the firm’s name, an email address, small business designation, and the (2) two attendee’s names. Questions: Offerors may submit questions in writing regarding this draft “Section C – Statement of Work”. Questions must be submitted by Tuesday, July 11, 2017. USAID may choose to address questions and/or clarifications at the Pre-solicitation Conference, may choose to factor answers into any final solicitation, and may choose to not respond to questions. USAID will not provide responses to individual organizations. Questions shall be submitted in writing to swift5@usaid.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OAA-TBD-SWIFT5/listing.html)
 
Place of Performance
Address: Worldwide, United States
 
Record
SN04565116-W 20170702/170630234955-70117666e711fa3b98340b7eb99ed568 (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.