Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2021 SAM #7127
SOLICITATION NOTICE

R -- International Legal Support Services

Notice Date
6/4/2021 12:03:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541110 — Offices of Lawyers
 
Contracting Office
OFFICE OF ACQUISITION Washington DC 20527 USA
 
ZIP Code
20527
 
Solicitation Number
77344421R0001
 
Response Due
4/23/2021 11:00:00 AM
 
Archive Date
06/22/2021
 
Point of Contact
Elena Raspitha, Courtney Holbrook
 
E-Mail Address
elena.raspitha@dfc.gov, courtney.holbrook@dfc.gov
(elena.raspitha@dfc.gov, courtney.holbrook@dfc.gov)
 
Description
The purpose of�amendment 77344421R0001-000003�is to: 1) Revise Section L, Phase 1, Volume I - Administrative submissions. See attached amendment 77344421R0001-00003�for change summary.� All changes are incorporated into the attachment named�""77344421R0001-00003�conform."" The purpose of�amendment 77344421R0001-000002�is to: 1) Revise Section M.3(b) 2) Revise Section L, Volume II - Factor 1: Past Performance. See attached amendment 77344421R0001-00002�for change summary.�� The purpose of�amendment 77344421R0001-000001�is to: 1) Change the deadline for questions to April 7, 2021 at 2:00pm EST 2) Change the Phase 1 offer due date to April 23, 2021 at 2:00pm EST. See attached amendment 77344421R0001-00001 for change summary.�� The U.S. International Development Finance Corporation (DFC) Acquisition Office requires non-personal International Legal Support Services (ILSS). The legal services consist of four (4) categories: (i) international finance transactions, (ii) privately managed investments funds, (iii) cross border equity purchase transactions, and (iv) political risk insurance and reinsurance policies. �These services will support the U.S. International Development Finance Corporation (DFC) Office of General Counsel (OGC). � To assist it in discharging these responsibilities, DFC may engage services of outside counsel for support for transactions in developing countries worldwide, including, but not limited to, the regions of Central and South America, sub-Saharan Africa, Eastern Europe, the Middle East and North Africa, Central Asia, South-East Asia, and the Caribbean. DFC operates in multiple sectors, including but not limited to infrastructure, renewable power, agriculture,� supply chain logistics, financial intermediaries, and small and medium enterprise development. The Government intends to issue multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to the responsible Offerors whose proposal conforming to the solicitation are most advantageous of the Government, price and other factors considered in accordance with the Request for Proposal (RFP) attached. The Government will reserve one IDIQ award for small business. Anticipated ordering period is for five years beginning on or about 15 August 2021. The total ceiling dollar amount for the lifespan of the vehicle, across all contracts, and for orders placed for all servoce categories is $50,000,000.� The contract types for task orders issued against the resulting IDIQs are Fixed Price and Time and Materials/Labor Hours. Basis for contract award: This acquisition is being conducted under FAR Part 12, Acquisition of Commercial Items regulations and FAR Part 15, Contracting by Negotiation procedures. Proposals will be evaluated using the factors identified in the RFP. Noncompliance is grounds to eliminate the proposal from consideration for award. All responsible sources may submit a proposal which shall be considered by the agency. The acquisition will be conducted using the advisory multi-step process (hereafter referred to as �voluntary down-select�) with a two-phased solicitation and evaluation; Phase 1, Administrative and Past Performance and Phase 2, Technical and Price. Phase 1 will consist of a written submission. Phase 2 will consist of a combination of oral presentations and written submissions. The Government will evaluate Phase 1 proposals and issue advisory notifications�to all offerors. This notification will provide the Offeror with the Government�s advisory recommendation whether or not to proceed with Phase 2 submissions.� Offerors who are rated most highly for Past Performance will be advised to proceed to Phase 2. �Offerors who are not among the most highly rated will be advised that they are unlikely to be viable competitors along with the general basis for the Government�s advisory recommendation.� The intent of this voluntary down-select is to minimize the development costs for those Offerors with little to no chance of receiving an award. The instructions included in this RFP for Phase 2 are subject to change. Final instructions will be provided with the Advisory Down-Selection Notifications. Therefore, specific questions about Phase 2 instructions and submissions will not be entertained at this time. Offerors who participate in Phase 2 will have an opportunity to ask questions regarding Phase 2 submissions. Submit all other questions via e-mail to solicitation@dfc.gov by April 7, 2021, 2:00pm EST. ��Phase 1 questions will be not entertained after this date. Offerors shall submit all questions in one email. Telephonic inquiries will not be entertained. Offerors are responsible for confirming receipt of questions. Phase 1 questions will be answered at a post-solicitation industry day conducted via teleconference. All interested parties who submit a question will receive instructions to participate in industry day. Answers to vendor questions will also be posted to beta.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7b769def67124aedb81a267c56ff32ba/view)
 
Place of Performance
Address: Washington, DC 20527, USA
Zip Code: 20527
Country: USA
 
Record
SN06021881-F 20210606/210604230116 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.