SOLICITATION NOTICE
R -- Public Financial Management Risk Assessment of the Ministry of Counter Narcotics of the Government of Islamic Republic of Afghanistan - Package #1
- Notice Date
- 6/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, Grants, Acquisitions, Procurement and Policy Division (INL/RM/GAPP), SA-4 Navy Hill, South Building, 2430 E Street, N.W., Washington, District of Columbia, 20037, United States
- ZIP Code
- 20037
- Solicitation Number
- SINLEC14R0007
- Archive Date
- 7/17/2014
- Point of Contact
- Richard B. Crum, Phone: 7038756881
- E-Mail Address
-
crumrb@state.gov
(crumrb@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFP - Statement of Work with instruction to offerors 1449 Solicitation PFMRA MCN assesment - RFP SINLEC14R0007 Public Financial Management Risk Assessment (PFMRA) of the Ministry of Counter Narcotics of the Government of Islamic Republic of Afghanistan DoS, INL-Counter Narcotics Afghanistan Total Small Business Set-aside The Bureau of International Narcotics and Law Enforcement Affairs (INL) is seeking a contractor to conduct a Public Financial Management Risk Assessment (PFMRA) of the Ministry of Counter Narcotics (MCN) to determine whether the ministry has the capacity to continue to receive and responsibly manage donor funds, including funds from the U.S Government. This PFMRA will assess the financial management, accounting, organizational structure, procurement, and internal controls of MCN and outline the state of the ministry s systems, including its strengths, weaknesses and vulnerabilities. Summary of attached solicitation: Type of Contract This will be a fixed price contract with a separate cost reimbursable CLIN for travel and Other Direct Costs (ODC's). Period of Performance This contract is expected to have a period of performance of six months, beginning at time of award. Personnel Security Clearances and/or Moderate Risk Public Trust Certifications All U.S. Citizen Personnel require a favorably adjudicated Moderate Risk Public Trust (MRPT) determination. Place of Performance For data collection, the Offeror may need to travel to Afghanistan for up to 30 days. The remaining five months can be at vendors headquarters. The Offeror is responsible for providing housing for its staff. However, should the contractor need facilities in Afghanistan, INL operates the Camp Gibson Facility (CGF) in Kabul, which serves as the base of operations for its staffing pool. Key Personnel One Project Manager is required. Remaining staff can be proposed (vendor team) by vendor This is a FAR part 13 Simplified Acquisition solicitation and follows said procedures, In addition the following provisions are incorporated by reference: (1) 52.215-5, Solicitation Definitions; (2) 52.215-6, Type of Business Organization; (3) 52.215-7, Unnecessarily Elaborate Proposals or Quotations; (4) 52.215-8, Amendments to Solicitations; (5) 52.215-9, Submission of Offers; (6) 52.215-10, Late Submissions, Modifications, and Withdrawals of Proposals, for solicitations issued in the United States and Canada for submission of offers to a contracting office in the United States or Canada; (7) 52.215-11, Authorized Negotiators; (8) 52.215-12, Restriction on Disclosure and Use of Data; and (9) 52.215-36, Late Submissions, Modifications, and Withdrawals of Proposals (Overseas), for solicitations under which offers are to be submitted to a contracting office outside the United States or Canada. (1) other than construction the provision at 52.215-13, Preparation of Offers; (2) 52.215-14, Explanation to Prospective Offerors; (3) 52.215-15, Failure to Submit Offer, except when using electronic data interchange methods not requiring solicitation mailing lists; and (4) 52.215-16, Contract Award. (ii) the contracting officer intends to evaluate offers and make award without discussions, therefore is including the basic provision with its Alternate II. 15.413-2 Alternate II. Agency regulations may provide that the following alternate procedures may be used instead of those specified in 15.413-1. (a) Proposals furnished to the Government are to be used for evaluation purposes only. Disclosure outside the Government for evaluation is permitted only to the extent authorized by, and in accordance with the procedures in, 15.413-2(f). (b) While the Government's limited use of proposals does not require that the proposal bear a restrictive notice, proposers should, if they desire to maximize protection of their trade secrets or confidential or privileged commercial and financial information contained in them, apply the restrictive notice prescribed in the provision at 52.215-12, Restriction on Disclosure and Use of Data, to such information (also see 15.407(c)(8)). In any event, information contained in proposals will be protected to the extent permitted by law, but the Government assumes no liability for the use or disclosure of information (data) not made subject to such notice in accordance with the provision at 52.215-12. (c) If proposals are received with more restrictive conditions than those in the provision at 52.215-12, the contracting officer or coordinating officer shall inquire whether the submitter is willing to accept the conditions of the provision at 52.215-12. If the submitter does not, the contracting officer or coordinating officer shall, after consultation with counsel, either return the proposal or accept it as marked. Contracting officers shall not exclude from consideration any proposals merely because they contain an authorized or agreed-to notice, nor shall they be prejudiced by such notice. (d) Release of proposal information (data) before decision as to the award of a contract, or the transfer of valuable and sensitive information between competing offerors during the competitive phase of the acquisition process, would seriously disrupt the Government's decision-making process and undermine the integrity of the competitive acquisition process, thus adversely affecting the Government's ability to solicit competitive proposals and award a contract which would best meet the Government's needs and serve the public interest. Therefore, to the extent permitted by law, none of the information (data) contained in proposals (except as authorized in agency regulations) is to be disclosed outside the Government before the Government's decision as to the award of a contract. In the event an outside evaluation is to be obtained, it shall be only to the extent authorized by, and in accordance with the procedures of, 15.413-2(f). (e) In order to assure that solicited proposals (whether bearing a restrictive notice or not) are properly handled, agency implementing regulations may require the following Government notice to be placed on the cover sheet upon their receipt. (This notice is required for all unsolicited proposals, see 15.508.) This is a Government notice for internal handling purposes and does not affect any obligations or rights the Government may have with regard to the use or disclosure of any information (data) contained in the proposal or quotation. (e)(1) 52.215-17, Telegraphic (Email) Proposals, in solicitations that authorize telegraphic proposals or quotations. (i) 52.215-35, Annual Representations and Certifications--Negotiation, in requests for proposals. Annual representations and certifications are utilized (see 14.213). (l) 52.214-34, Submission of Offers in the English Language, is required in solicitations subject to the Trade Agreements Act or the North American Free Trade Agreement Implementation Act (see 25.408(d)). (m) 52.214-35, Submission of Offers in U.S. Currency, is required in solicitations subject to the Trade Agreements Act or the North American Free Trade Agreement Implementation Act (see 25.408(d)).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/SINLEC14R0007/listing.html)
- Place of Performance
- Address: For data collection, the Offeror may need to travel to Afghanistan for up to 30 days. The remaining five months can be at vendors headquarters. The Offeror is responsible for providing housing for its staff. However, should the contractor need facilities in Afghanistan, INL operates the Camp Gibson Facility (CGF) in Kabul, which serves as the base of operations for its staffing pool., Non-U.S., Afghanistan
- Record
- SN03393110-W 20140614/140612234549-e32a67673417e0fbfd8facc52294e21e (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 |