Ms. Newman has in-depth knowledge of the civil and political environment in all three areas of Somalia -- South Central Somalia and Mogadishu, Somaliland, and Puntland; has over 5 years of experience working on international development programs in Somalia; has established credibility working at the highest level with networks of Somali leaders in all three areas; has represented the U.S. Government on Somali matters and issues within the last five years; has first-hand experience working at the highest level with international organizations and NGOs serving in all three areas; and has intimate working knowledge of USADF's unique procedures and methodologies for working in the challenging Somali environment due to assisting with the implementation of Phase 1 of the USADF Somali Program. Furthermore, Ms. Newman possess the sensitivity and sound judgment to work with leaders and institutions engaged in development assistance in Somali, as it is one of the most dangerous and troubled countries in the world. Ms. Newman has already established relationships and gained a degree of trust and respect from potential collaborating organizations, leaders, partners and other stakeholders engaged in community-based development critical to ensuring their effective participation in working toward goals for implementing Phase 2 of the USADF Somali Program.
The award will be for a two month base period and one 12-month option period.
Fiscal Service will consider written responses received on or before 9:00 a.m. ET on Monday, July 27, 2015. Responses shall include sufficient evidence that clearly and sufficiently demonstrates that the vendor has the above mentioned knowledge, skills and experience for providing the requested services. If no written response is received that clearly and sufficiently demonstrates the vendor's ability to meet all of the aforementioned requirements by the deadline; then Fiscal Service shall make award on a sole source basis to Constance Newman.
NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will NOT be accepted.
Qualified vendors must provide the following:
1. The name and location of your company, contact information, and identify your business size (Large Business, Small Business, Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HubZone, etc.) based on NAICS Code 561210, size standard $38.5 million. Please ensure contact information includes the name of the point of contact, email address, and telephone number should the Government have questions regarding individual responses.
2. Whether your services are available through a Government contract vehicle (i.e. GSA) or Open Market.
3. A capabilities statement and/or resume (not to exceed 5 pages) that includes a description of your company's standard line of business, and identification of your company's proposed personnel's knowledge, skills, and experience as it relates to the aforementioned requirements. As well as a list of customers your company currently provides these services, inclusive of contact information.
4. Contractors should provide their DUNS number.
Responses to this request must be emailed on or before 9:00 a.m. ET on Monday, July 27, 2015 to [email protected], referencing "Response to SS-ADF-15-0078 Attn: JSUTTON/TAYERS.
The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:
The Vendor assumes full responsibility for ensuring all electronic materials and attachments submitted are formatted in accordance with the Bureau of the Fiscal Service Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:
.bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, html, mhtml, and .zip files
The Government does not allow 3rd party messaging systems/secure mail.
Microsoft Office non-macro enabled compatible documents and PDF documents are acceptable. If the Vendor determines that other formats are necessary, it is the Vendor's responsibility to verify with Fiscal Service that those formats are acceptable.
No other information regarding this Special Notice will be provided at this time.
This notice does not restrict the Government to an ultimate acquisition approach. All vendors responding to this notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this notice.