SOLICITATION NOTICE
R -- Monitoring, Evaluation, Collaboration, and Learning Activity (MECLA)
- Notice Date
- 1/10/2025 12:42:35 PM
- Notice Type
- Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- USAID/AFGHANISTAN DULLES VA 20189 USA
- ZIP Code
- 20189
- Solicitation Number
- 72030625R00001
- Response Due
- 1/31/2025 1:00:00 PM
- Archive Date
- 02/15/2025
- Point of Contact
- Claudio Ballesteros , Contracting Officer, Amanullah Baheer, Contract Specialist
- E-Mail Address
-
cballesteros@usaid.gov, abaheer@usaid.gov
(cballesteros@usaid.gov, abaheer@usaid.gov)
- Description
- Issuance Date: December 18, 2024 Deadline for Receipt of Questions: January 03, 2025, 4:00 PM EST Deadline for Receipt of Proposals: January 31, 2025, 4:00 PM EST Dear Prospective Offerors: The United States Government, represented by the U.S. Agency for International Development (USAID) Mission in Afghanistan (henceforth referred to as USAID/Afghanistan or the Mission) seeks proposals from qualified organizations interested in providing technical services under the Monitoring, Evaluation, Collaboration, and Learning Activity (MECLA) for the USAID/ Afghanistan Mission, as described in the attached Request for Proposals (RFP). The North American Industry Classification System (NAICS) code for this solicitation is 541990. The authorized geographic code for the prime contractor of this procurement is 935. USAID invites all eligible and responsible organizations to submit offers in accordance with the requirements of this solicitation. USAID will conduct this procurement through full and open competition, allowing any eligible organization to submit a proposal. The procedures outlined in the Federal Acquisition Regulation (FAR) Part 15 will govern this procurement. USAID contemplates an award of a Cost-Plus-Fixed-Fee (CPFF) completion-type contract for a five (5) year period of performance as a result of this RFP. Subject to availability of funds, USAID anticipates that the total estimated cost of this procurement is between $30.00 million and $40.00 million. However, revealing the estimated cost for the contract does not mean that the offerors should necessarily strive to meet the maximum amount estimated. Cost proposals will be evaluated as part of a best value determination for the contract award. Offerors should propose activities and staffing based on their approach to achieving the results outlined in the Statement of Work (SOW) in Section C of the attached RFP. Offerors are encouraged to read the entire solicitation. Special attention should be paid to Section L � Instructions, Conditions and Notices to Offerors or Respondents, and Section M � Evaluation Criteria. All questions related to the RFP must be submitted electronically by email to abaheer@usaid.gov and copy cballesteros@usaid.gov no later than the deadline for questions indicated above. Unless otherwise notified by an amendment to the RFP, questions submitted by any other means or after the deadline will not receive a response. Each e-mail must contain a subject line, which clearly indicates the name of the offeror and the solicitation number. USAID will publicly post all questions and responses on www.sam.gov as an amendment to this RFP.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/30f287d81ef7494ca8ff25d698c9f101/view)
- Place of Performance
- Address: AFG
- Country: AFG
- Country: AFG
- Record
- SN07309639-F 20250112/250110230104 (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 |