SOURCES SOUGHT
R -- Africa Investment Advisers
- Notice Date
- 2/24/2020 6:31:08 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- ZIP Code
- 00000
- Solicitation Number
- 773444-20-Q-000X
- Response Due
- 2/25/2020 11:00:00 AM
- Archive Date
- 03/11/2020
- Point of Contact
- Elena Raspitha, Phone: 2023122160
- E-Mail Address
-
elena.raspitha@dfc.gov
(elena.raspitha@dfc.gov)
- Description
- This is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the International Development Finance Corporation (DFC); formerly the Overseas Private Investment Corporation (OPIC). DFC is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement.� DFC is seeking interested sources (contractors) for a near-future solicitation. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.� DFC�s?goal is to increase private sector investment in sub-Saharan Africa by facilitating the origination,?execution?and?monitoring?of high-quality?and developmental?transactions?in all sectors.?DFC�s?current exposure in sub-Saharan Africa is over $5 billion. By increasing human resources�?capacity, the?DFC?will be able to originate,?execute, and?monitor?more high-quality deals?with development impact. The?DFC?aims to generate significant private sector investments?of?up to $8 billion?in?new commitments in the Africa region by 2025.?� Description of Work: The Contractor shall provide four (4) full-time equivalent Africa Investment Advisors (AIAs) to perform Business Development and Transaction Support services for the DFC in Sub-Saharan Africa.� This is a non-personal services contract that does not create an employer-employee relationship between the Government and the individual AIAs. The Contractor shall perform all administrative and supervisory functions not limited to the following; all recruiting, placement, relocation if applicable, training, payroll and benefits, information technology, office space, logistical support, travel arrangements, visa requirements, and repatriation services for its AIAs.� Relocation of AIAs is at no cost to the Government.�The AIAs may be United States citizens or Foreign Nationals.� The Contractor is responsible for the AIAs� work product and deliverables in accordance with this PWS.��� Responses will assist in determining the acquisition strategy used for this procurement. For example, if enough responsible and capable Small Businesses (SBs) or Women Owned Small Businesses (WOSB) respond, the acquisition strategy will most likely be SB or WOSB set-aside; therefore, interested vendors who are responsible and capable of performing the work are strongly encouraged to respond by the date specified. At this time no acquisition strategy has been decided.� The following Information is requested in response to this RFI:� Please include: Company Name, Company Address, Point of Contact, Company Size, Telephone Number, and e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements.� A. Experience� 1. Experience in recruitment, placement, and supervision of overseas employees.� 2. References from satisfied clients;� 3. Describe your Self-Performed* effort (as either a Prime or Sub-Contractor) as it relates to the services requested in the PWS. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided.�� 4. Provide no more than five (5) contracts that your company has performed within the last three (3) years that are directly related to recruiting and placement of business development professionals. Be specific and provide a complete reference to include at a minimum the project name, contract award amount, start and completion dates, and the project owners' contact information.� B. Capabilities / Qualifications� 1. A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement�as described in the attached PWS.� 2. Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners.� 3. Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work that�each company will perform.� 4. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b0f8d9057a8f4989a599588686e597b0/view)
- Place of Performance
- Address: ZAF
- Country: ZAF
- Country: ZAF
- Record
- SN05571127-F 20200226/200224230143 (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 |