Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1995 PSA#1291

Agency for International Development, Attn: M/OP/B/HNE, (RFP: OP/B/HNE-95-002), Washington, D.C. 20523-1424

R -- FOSTERING RESOLUTION OF WATER RESOURCES DISPUTES (FORWARD)(398-0383) SOL OP/B/HNE-95-002 POC Contact: Georgia Fuller: (703) 875-1134, Contracting Officer: James A. Jeckell: (703) 875-1017 R--The Agency for International Development (USAID) is seeking proposals to provide technical services in water resources dispute resolution in the Middle East and in Asia. The overall goal of this project is to promote equitable and environmentally sustainable water management strategies, policies, and plans in selected countries in the Asia/Near East (ANE) region which are facing serious water shortages and/or conflict over water. The purpose of this project is to (i) assist local parties to develop, test, and refine improved means for national and transboundary joint problem-solving and dispute resolution for environmental issues involving water resources; and (ii) establish and/or enhance indigenous capacity in joint problem-solving and dispute resolution for such water resources issues. The contractor will be required to produce, among others, the following results: (a) socially-, politically-, and culturally-appropriate approaches to resolving water resources problems collaboratively will be developed, tested, refined, and analyzed, and the results disseminated to interested parties; (b) at least 200 individuals will receive comprehensive training which enhances their creative joint problem-solving capabilities, and they gain significant experience in using joint problem- solving strategies in negotiating solutions to water resources problems; (c) at least 15 host country nationals in the ANE region will be trained to serve effectively as third party impartials and dispute resolution process designers for water resources disputes; (d) a situational analysis which explores, in depth, eight to ten selected water resources disputes in the ANE region, including identification of parties to the dispute, identification of each party's position and interests, determination of each party's willingness to negotiate, identification of each party's perceived best alternative to a negotiated agreement, and other such factors; (e) formal collaborative problem-solving/dispute resolution processes involving appropriate stakeholders will be conducted for at least three significant local or national level water resources problems or issues identified under (d), and implementation of agreements reached under these processes begun; (f) at least 4 major short-term (one- to eight-week) analytical and/or training activities promoting collaboration among regional parties sharing water resources will be conducted. Progress towards results will be measured using specific performance indicators detailed in the RFP. Offerers are encouraged to propose the means they believe will most effectively produce these results. The contract will contain a base period of 30 months, and an optional period of an additional 30 months. Field work for this project is expected to be centered in Egypt, Jordan and West Bank/Gaza. A Request for Proposals (RFP) will be issued no earlier than 15 days from the date of publication of this notice. The deadline for receipt of proposals will be about 30 days after the date of RFP issuance. All responsible sources may submit a proposal which will be considered by the Agency. The solicitation for this requirement is expected to result in the award of a cost-reimbursement plus fixed-fee or cost reimbursement no-fee type contract. USAID reserves the right not to award a contract in this solicitation process. Interested offerors may request a copy of RFP OP/B/HNE-95-002 by submitting a written request along with three (3) self-addressed, self-sticking mailing labels. All RFPs will be mailed using regular U.S. postal mail service only. Telephone, Fax and Walk-in requests will not be honored. Requests for the RFP which are received one week (or less) before the RFP closing date will be filled subject to the availability of copies of the solicitation. This CBD notice can be viewed and downloaded using the Agency Gopher. The RFP, once issued, can be downloaded from the Agency Gopher. The Gopher address is GOPHER.INFO.USAID.GOV. Select USAID Procurement and Business Opportunities from the Gopher menu. The RFP text can be downloaded via Anonymous File Transfer Protocol (FTP). The FTP address is FTP.INFO.USAID.GOV. Logon on using the user identification of ''anonymous'' and the password is your e-mail address. Look under the following directory for the RFP: pub/OP/RFP/BHNE502.rfp. Receipt of this RFP through INTERNET must be confirmed by written notification to the contact person noted above. It is the responsibility of the recipient of this solicitation document to ensure that it has been received from INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes. Subcontracting with Gray Amendment entities: No less than 10 percent of the total value of the contract will have to be subcontracted to Gray Amendment entities (U.S. socially and economically disadvantaged, including women-owned, businesses; historically black colleges and universities; U.S. colleges and universities with more than 40 percent Hispanic American students; and U.S. private voluntary organizations controlled by socially and economically disadvantaged individuals, including women.) To help identify potential subcontractors, a list of all organizations requesting a copy of the solicitation will be sent with each solicitation document. Organizations are encouraged to indicate whether or not they are Gray Amendment entities when requesting the solicitation and may also indicate whether or not they wish to be included on the list. By providing the list, USAID does not endorse the listed organizations as being capable of carrying out the activity, nor does USAID verify the claimed status of the organizations. Necessarily, the list will contain the names of only those organizations known prior to the issuance of the solicitation document. Proposals shall include plans reflecting no less than 10 percent subcontracting with the above- defined entities. Proposals not including such plans will be considered to be nonresponsive. Subcontracting with small business concerns and socially and economically disadvantaged entities: A.I.D. encourages the participation to the maximum extent possible of U.S. entities that are small business concerns, small disadvantaged business concerns, including women-owned concerns, historically black colleges universities, colleges and universities whose student body is more than 40% Hispanic American, and private voluntary organizations controlled by socially and economically disadvantaged individuals including women in accordance with Part 19 of the FAR and Part 726 of the AIDAR. It is anticipated that the prime contractor will make maximum practicable use of such entities. Small Business and Small Disadvantaged Business Subcontracting Plans as described in FAR 52.219-9 must be included in proposals submitted. (AIDWASH) (0054)

Loren Data Corp. http://www.ld.com (SYN# 0075 19950224\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page