SOLICITATION NOTICE
R -- U.S. Legal Services for International Finance and Political Risk Insurance Transactions
- Notice Date
- 5/2/2016
- Notice Type
- Presolicitation
- NAICS
- 541110
— Offices of Lawyers
- Contracting Office
- Overseas Private Investment Corporation, Contracts and Administrative Services, Contracts and Administrative Services, 1100 New York Ave, NW, Washington, District of Columbia, 20527
- ZIP Code
- 20527
- Solicitation Number
- OPIC-16-R-0014
- Archive Date
- 6/30/2016
- Point of Contact
- Lisa M. Schaffer, Phone: 202-312-2146
- E-Mail Address
-
Lisa.Schaffer@opic.gov
(Lisa.Schaffer@opic.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- BACKGROUND Through its finance, political risk insurance and investment funds products, the Overseas Private Investment Corporation (OPIC) helps U.S. businesses of all sizes invest in developing countries worldwide. OPIC's Department of Legal Affairs is charged with providing OPIC with high-quality legal representation and advice in the most practical, efficient, and cost-effective manner. To assist it in discharging these responsibilities, OPIC may engage and be responsible for payment of services of outside counsel. SUMMARY OF REQUIREMENT OPIC anticipates a need of legal support services. Law firms (Contractors) are to provide legal support services involving structuring, negotiation, documentation, monitoring and collection of international finance transactions and privately managed investments funds, and legal support services for political risk insurance policies and claims for compensation, all of which are for projects in developing countries where OPIC support is available. OPIC will utilize the Prospective Contractor Lists (Lists) established by this solicitation to award IDIQ Task Orders to Contractors to act as outside counsel to OPIC on matters falling within the specified areas of expertise. Once OPIC's Department of Legal Affairs has determined (i) a need for outside counsel on a particular matter; (ii) that the matter requires a type of expertise specified on a List; and (iii) that OPIC will be responsible for payment for the services of outside counsel, OPIC may solicit bids from some or all of the Contractors included on the applicable List. Then, the Contractor selected by OPIC based on competitive criteria will be retained to represent OPIC on that particular matter, and OPIC will be responsible for payment for the services. Prospective Contractor Lists 1.Project Finance 2.Small Impact Investing Finance 3.Investment Funds 4.Political Risk Insurance 5.Specialty Legal Advice PLACE OF PERFORMANCE The services provided will be completed off-site. Some meetings will require a visit to the OPIC Headquarters that is located at: Overseas Private Investment Corporation 1100 New York Avenue, NW Washington DC 20527 PERIOD OF PERFORMANCE FOR THE IDIQ (LIFE OF THE IDIQ) The period of performance of the awarded IDIQs will be one year from the date of award. There will also be the potential for four (4) one-year option periods. Each IDIQ will be reviewed on an annual basis to determine if it is in OPIC's best interest to extend the IDIQ(s). The potential total period of performance for the IDIQ(s) is five (5) years. ANTICIPATED NUMBER OF IDIQ TASK ORDERS; MINIMUM AND MAXIMUM DOLLAR VALUES It is anticipated that between 30 and 40 orders (each, an "IDIQ Task Order") may be made for services each year to some or all of the Contractors who are awarded an IDIQ. It is anticipated that the potential value of each IDIQ Task Order is likely to range between $10,000 and $150,000, but may potentially be higher in value. The estimated minimum value of the contracts annually is $300,000. The estimated maximum value of the contracts annually is $3,000,000. PARTIAL SET ASIDE FOR AWARDS This procurement is a partial small business set-aside using NAICS Code 541110. Awards will be made based on the following: A.SET-ASIDE AWARD(S) One contract per List will be set aside for small business concerns. Please see https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/table-small-business-size-standards for more information regarding the determination of business size. Preference will be given in the following order: 1.8(a), HUBZone, Service Disabled Veteran Owned Small Businesses (SDVOSBs), Economically Disadvantaged Woman Owned Small Businesses (EDWOSBs), and Woman Owned Small Businesses (WOSBs) 2.All Other Small Business Concerns B.NON SET-ASIDE AWARD(S) This is the non-set aside portion of the solicitation. All business concerns may submit a response to the RFP. If many small businesses respond to the solicitation and are qualified, preference will be given in the following order: 1.8(a), HUBZone, Service Disabled Veteran Owned Small Businesses (SDVOSBs), Economically Disadvantaged Woman Owned Small Businesses (EDWOSBs), and Woman Owned Small Businesses (WOSBs) 2.All Other Small Business Concerns 3.Large Businesses All small businesses must state in their response to this RFP if they are submitting a response to be evaluated for the set-aside award(s), the non-set aside award(s), or both portions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/OPIC/CAS/CAS/OPIC-16-R-0014/listing.html)
- Record
- SN04101890-W 20160504/160502234248-ecaa1f396c729e0dd0dd5ec4792ae269 (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 |