Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1997 PSA#1847

U.S. Agency for International Development, M/OP/B/LA, Room 1547, SA- 14, Washington, D.C. 20523-1430

R -- TECHNICAL AND ADVISORY SERVICES, TRAINING AND RESEARCH IN THE ENERGY AND ENVIRONMENT SECTOR SOL M/OP-97-364 DUE 053097 POC Contact Point: Joseph Schmidt, Tel: 703 875-1139, Fax: 703 875- 1519, Contracting Officer, Ronald Stanley, 703 875-1038. The U.S. Agency for International Development (USAID) contemplates award of up to four (4) Task Order-based, Indefinite Quantity Contracts (IQC) to acquire quick-response, often iterative, short- (up to six months), medium- (up to one year), and long-term (up to two years) advisory services and technical assistance. The incumbents for the work advertised herein are: Hagler Bailly Services, Inc. and Bechtel Corporation. This assistance is required in four functional areas: 1) Energy Sector Policy and Planning, 2) Energy Efficiency, 3) Renewable Energy and 4) Energy and Environment Technology Transfer aimed at assisting USAID missions, Regional Bureau's and G/ENV offices in the design and implementation of their environmental programs. The IQC awards will be based upon full- and-open competition. Of the four awards anticipated, one award will be awarded under the U.S. Small Business Administration (SBA) 8(a) Program, and competed among qualified 8(a) firms (see Numbered Note No.2). The SIC Code for the above awards is 8742. Subcontracting with small business concerns and socially and economically disadvantaged entities: USAID encourages the participation, to the maximum extent possible, of U.S. entities that are small business concerns, small disadvantaged business concerns, and disadvantaged enterprises. It is anticipated that the prime contractor will make maximum practicable use of such entities. Small business and small disadvantaged business subcontracting plans, pursuant to FAR 52.219-9, are required to be included in submitted proposals. To help identify potential subcontractors, a list of all organizations requesting a copy of the Request for Expressions of Interest (REI) and solicitation will be included as an attachment to the Request for Proposals (RFP) document. 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. All organizations are encouraged to indicate whether they are small businesses, small disadvantaged businesses, 8(a) businesses, or disadvantaged enterprises as part of their response to this RFP. Interested parties may request a copy of RFP No. M/OP-97-364 by submitting a written request addressed to: Agency for International Development, M/OP/B/LA, Room 1547, SA-14, Washington, D.C. 20523-1430, Attn: Joseph Schmidt. Those firms which have already expressed an interest (in written form) under the REI request need not submit another request, and will receive a copy of the RFP on diskette in WordPerfect. All RFPs will be mailed not less than 15 days after publication of this notice. The issuance date included in block 10 above is an estimated release date. Requests for copies of the RFP must be made in writing, no facsimile or phone requests will be accepted. Copies of the RFP will be available for pick-up at: USAID, 1100 Wilson Blvd. (Gannett Bldg.), 15th Floor Receptionist, Arlington (Rosslyn), Virginia 22209. Requests not conforming to this requirement will not be honored. All RFPs will be mailed through the U.S. Postal Service unless an organization prepares a self-addressed envelope already prepared for mailing with either their Federal Express or Express Mail account. Only one request for the RFP per organization will be honored. The preferred method of distribution of USAID procurement information is via the Internet or by request of the Statement of Work on a 3.5" floppy disk (WordPerfect 5.1/5.2 format). This CBD notice can be viewed and downloaded using the Agency Web Site. The SOW, once issued, can be downloaded from the Agency web site. The Worldwide Web address is http://www.info.usaid.gov. Select Business and Procurement Opportunities from the home page, then "USAID Procurements." On the following screen, select "Download Available USAID Solicitation." The SOW can also 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 SOW: pub/OP/RFP/MOP97364/mop97364.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 RFP 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. All questions or concerns must be directed to Joseph Schmidt, Contracting Specialist, Agency for International Development, M/OP/B/LA, Room 1544, SA-14, Washington, D.C. 20523-1430, (Phone 703-875-1139). (0134)

Loren Data Corp. http://www.ld.com (SYN# 0094 19970516\R-0008.SOL)


R - Professional, Administrative and Management Support Services Index Page