Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
SOLICITATION NOTICE

R -- Instability, Crisis and Recovery Programs (ICRP)

Notice Date
10/29/2004
 
Notice Type
Solicitation Notice
 
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, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
M-OAA-DCHA-DOFDA-05-084
 
Small Business Set-Aside
Partial Small Business
 
Description
The U.S. Agency for International Development (USAID) anticipates award of several five-year Indefinite Quantity Contracts (IQCs) to support the Office of Conflict Management and Mitigation (CMM) in the Bureau for Democracy, Conflict and Humanitarian Assistance (DCHA/CMM). The Source/Origin Code for this activity will be 000 or as designated in future task orders. The CMM Office has three broad areas of focus: 1) early warning and analysis of conflict and state failure; 2) the development of new assistance models and program options that are better able to deal with the causes and consequences of conflict and fragility; and 3) provide technical leadership and Agency-wide field support, training and outreach in conflict management and mitigation. Building on the definitions of conflict mitigation and management provided in the new Agency Conflict Policy, the Guidelines outline three broad types of activities that USAID will undertake to address deadly conflict, and state failure. These include: conflict mitigation activities that respond directly to overt violence or the imminent threat of violence; conflict management activities that are explicitly geared toward addressing the causes and consequences of conflict and fragility, but are often implemented within a more traditional development sector such as democracy and governance, economic growth, the effective delivery of services in areas such as health and education, or the more effective management of natural resources; and conflict sensitive development and humanitarian assistance that do not have conflict mitigation or management as a central objective but nonetheless need to be designed to ensure that they do not inadvertently contribute to the potential for violent conflict or fragility, that is, that they ?do no harm.? Conflict mitigation program components include mediation of specific disputes, peace advocacy, negotiation and implementation of peace agreements, community-based reconciliation, reintegration of ex-combatants and other war-affected groups, mechanisms for restorative justice, such as truth and reconciliation commissions. Conflict management programs include interventions that are distinct from regular development in that the short to medium term goals are to manage destabilizing trends that feed into deadly violence or state failure, but that can also lay the groundwork for significant results in longer-term, more traditional sectoral programs with the goal of integrating a concern for conflict and fragility into traditional development sectors. The IQC will also include a rapid response capacity (or ?stand-by? mechanism) to support CMM and the Agency during times of high demand for experienced field staff; and monitoring and evaluation assistance support to CMM and the Agency related to conflict management and mitigation. This proposed mechanism does not replace the USAID/REDSO Managing African Conflict (MAC) but is a complimentary resource that will be available on a world-wide basis. USAID anticipates awarding approximately three (3) contracts, including an estimated two (2) unrestricted and one (1) set-aside for a small business, on the condition that it is capable of undertaking the work. USAID anticipates that the maximum ordering limitation of the contracts resulting from this RFP will be $400,000,000 over the five (5) year ordering period. Note that this ceiling applies across all contracts and cannot be exceeded in the aggregate; each successful contractor will be eligible to compete on all task orders until the shared ceiling for all contracts is reached. Note that there is no guarantee on the number of contracts awarded, the number of task orders that any one firm will receive, or the amount of money each firm is entitled to beyond the minimum monetary amount stated in the RFP. The NAICS Code for this procurement is 541611. The solicitation will be posted on the FEDBIZOPPS web page (i.e., www.fedbizopps.gov) not less than fifteen (15) days after this notice is issued. In accordance with FAR 5.102(d), availability of the solicitation is limited to this electronic medium only. Requests for other copies of the solicitation will be disregarded without notice to the requestor. No phone requests will be accepted, no solicitation will be available for pick-up, and no walk-ins will be allowed. Questions must be directed to Michael Clark, Contracting Officer, U.S. Agency for International Development, M/OAA/DCHA/DOFDA, Ronald Reagan Building, Room 7.09-081, 1300 Pennsylvania Ave, NW Washington, D.C. 20523, (Phone: 202-712-1323) (Fax: 02-216-3396) (email: mclark@usaid.gov).
 
Place of Performance
Address: Worldwide
 
Record
SN00700685-W 20041031/041029211511 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.