Communications Support Platform
ID: 72052724R00005Type: Solicitation
Overview

Buyer

AGENCY FOR INTERNATIONAL DEVELOPMENTAGENCY FOR INTERNATIONAL DEVELOPMENTUSAID/PERU AV LA ENCALADA,LIMA, PER

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
  1. 1
    Posted Aug 23, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 4, 2025, 12:00 AM UTC
  3. 3
    Due Feb 10, 2025, 10:00 PM UTC
Description

The U.S. Agency for International Development (USAID) is seeking proposals for a "Communications Support Platform" aimed at enhancing public outreach and communication services in Peru. The procurement is specifically targeted at qualified local entities that can provide rapid and flexible services to improve USAID's visibility and engagement through strategic marketing, media production, and event planning. This initiative is crucial for fostering connections with key audiences, including marginalized populations, and ensuring effective communication of USAID's efforts in the region. The total estimated contract value is $5 million, covering one base year and three option years, with proposals due by October 7, 2024. Interested parties can direct inquiries to Lima Solicitations at limasolicitations@usaid.gov or Noriko Chatani at nchatani@usaid.gov.

Point(s) of Contact
Lima Solicitations
limasolicitations@usaid.gov
Noriko Chatani
nchatani@usaid.gov
Files
Title
Posted
Feb 4, 2025, 4:06 PM UTC
The document is an Amendment No. 4 to Request for Proposal (RFP) No. 72052724R00005 concerning a Communications Support Platform. Its primary purpose is to inform prospective partners that, due to a foreign assistance pause mandated by President Trump’s Executive Order, USAID is suspending all evaluations and negotiations related to existing solicitations for foreign assistance funding. This suspension is in accordance with the directives outlined in a recent Secretary of State cable, which halts the review process for all new foreign assistance grants and contracts. Consequently, all actions related to RFP 72052724R00005 are paused until further notice. The attachment of ROAA Letter 046/2025 details this situation and requests confirmation of receipt by prospective offerors. The letter emphasizes the need for partners to convey this message to their sub-partners and reassures that all other terms of the RFP remain unchanged. This development highlights the impact of federal directives on the administration of government contracts and grants within the context of foreign aid.
Feb 4, 2025, 4:06 PM UTC
The document outlines Amendment Number Two to Request for Proposal (RFP) No. 72052724R00005 for USAID's Communications Support Platform in Peru. It details modifications made to the solicitation, including extending the submission deadline for Phase One to October 22, 2024, and allowing submissions in both Spanish and English. Key changes include clarifications to several sections (B, F, I, J, K, L, and M), the incorporation of responses from a post-solicitation conference held on September 17, 2024, and the introduction of a comprehensive evaluation structure for submitted proposals. The document specifies a hybrid contract format combining Cost-Plus-Fixed Fee and Firm-Fixed Price components, while providing guidelines on deliverables, indirect costs, qualifications for key personnel, and payment methods. Evaluation will follow a structured rating system to assess technical proposals against established criteria, prioritizing the technical approach over cost factors while ensuring overall value to the government. The amendments represent USAID's commitment to fostering local participation and effectively managing communications efforts in Peru.
Feb 4, 2025, 4:06 PM UTC
The document outlines the Amendment Number Three to Request for Proposal (RFP) No. 72052724R00005 by USAID/Peru for the Communications Support Platform. This amendment updates specific sections of the original RFP, including the introduction of a budget template for proposals, an extended deadline for Phase Two submissions to February 10, 2025, and modifications to sections addressing deliverables and proposals required from contractors. The goal of the procurement is to provide effective public outreach and communication services that enhance USAID's visibility and outreach efforts across various audiences in Peru. The contract will follow FAR 15 procedures and is expected to not exceed $5 million over four years. Furthermore, eligibility is limited to local entities in Peru, ensuring compliance with relevant regulations. The amendment also emphasizes the importance of strategic planning in delivering services that address Peru's development challenges, boosting public awareness on USAID initiatives. The outlined services encompass market research, public relations, media analytics, event production, and crisis communication management, ensuring that all outputs align with USAID branding policies. This modification seeks to facilitate contractor engagement and improve the quality of proposals submitted.
Feb 4, 2025, 4:06 PM UTC
The document outlines a mandatory budget template for organizations responding to federal and state RFPs and grants. It requires a detailed budget summary by cost category over a five-year period. The specified categories include direct labor, fringe benefits, allowances, travel, equipment, supplies, contractual costs, construction, and other direct and indirect costs. Each organization must adjust the template to align with the specific needs of the solicitation but is responsible for all calculations provided in U.S. dollars. The template includes sections for direct labor costs, differentiating between international and local in-country staff, fringe benefits, and allowances. Furthermore, it requests a breakdown for contractual costs related to subcontracting and consultancy, as well as operational and program activity expenses. This budget template serves as a structured guideline to ensure consistent and comprehensive financial proposals, enhancing transparency and accountability within government funding processes. Compliance with the specified format is essential for evaluation and successful proposal submission.
The U.S. Agency for International Development (USAID) is soliciting proposals under RFP No. 72052724R00005 for a "Communications Support Platform" in Peru. This initiative aims to secure a qualified local entity that can provide rapid and flexible public outreach and communication services for USAID. The contract will have an estimated total value of $5 million over four years, including one base year and three option years, and follow FAR 15 procedures to ensure the best value based on price and non-price factors. The contractor will be responsible for enhancing USAID's visibility and engagement through strategic marketing, research, event planning, and media production. Key objectives include improving awareness of USAID's efforts, increasing media coverage, and building stronger connections with key audiences, including marginalized populations. Proposals must be submitted by October 7, 2024, with a post-solicitation conference planned for September 17, 2024. The document outlines necessary eligibility requirements, proposal submission guidelines, and expected services, emphasizing the importance of localization in service delivery. Questions can be directed to the designated USAID email, and interested parties are encouraged to stay updated through official USAID channels.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
RFQ 19PE5025Q0025 - PDS- Event production for Bicentennial Launch
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Lima, Peru, is seeking proposals for catering and furniture services for the Bicentennial Launch Event scheduled for May 29, 2025. The procurement requires vendors to provide a comprehensive range of services, including event management, decor setup, and high-quality catering, while adhering to local laws and federal procurement standards. This event is significant as it marks a major milestone, necessitating experienced contractors who can meet tight deadlines and deliver exceptional service. Proposals must be submitted by April 25, 2025, and interested vendors should contact Seth Langer at langers@state.gov or Alfredo Broggi at broggia1@state.gov for further information.
Int'l Freight Forwarding, Shipping, Packing
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Lima, Peru, is seeking proposals for International Freight Forwarding, Shipping, and Packing services specifically for the International Narcotics and Law Enforcement (INL) Section. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will be awarded to the lowest acceptable offer without negotiations, and encompasses logistics services such as handling hazardous materials, customs clearance, and timely shipping, with a minimum order guarantee of $10,000 per year and a maximum annual cap of $59,864.01. This contract is crucial for ensuring the efficient and compliant transportation of goods in support of international narcotics and law enforcement operations, reflecting the government's ongoing logistics needs. Interested bidders must submit their quotations electronically by April 23, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, they can contact Curt Whittaker at whittakerct@state.gov or Saul E Espinoza at espinozase@state.gov.
Private Sector Collaboration Pathway (PSCP) Jordan Addendum
Buyer not available
The U.S. Agency for International Development (USAID) is seeking private sector collaborations through the Private Sector Collaboration Pathway (PSCP) Jordan Addendum to create economic opportunities in Jordan. The initiative aims to develop innovative solutions to development challenges by engaging local and international firms, focusing on enhancing health, education, and water security, while promoting private sector-led economic growth and community trust in governance. Currently, there is a temporary pause on all new funding obligations due to a review of foreign assistance programs, and no proposals will be accepted at this time; interested parties should await further updates from USAID's Agreement Officer, Justin Gunnoe, at jgunnoe@usaid.gov. The anticipated closing date for submissions, when the process resumes, is April 26, 2025, with a minimum contribution of $1 million expected from private sector partners.
Event Planner Services for IDR 2025
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Buenos Aires, is seeking qualified contractors to provide Event Planner Services for the IDR 2025, specifically for a significant 4th of July celebration scheduled for June 24, 2025. The contractor will be responsible for all aspects of event planning, including the provision of necessary equipment, labor, and materials, while ensuring compliance with safety and preservation protocols due to the historical significance of the venue. Proposals will be evaluated based on pricing and compliance, with a pre-quotation conference set for April 9, 2025, and quotations due by April 21, 2025. Interested parties must register with the System for Award Management (SAM) and can submit their offers electronically, adhering to specified formatting and file size requirements.
Global Advisory Request for Proposals (RFP)
Buyer not available
The U.S. Department of State is soliciting proposals for the Global Advisory Request for Proposals (RFP), aimed at providing advisory and technical support services globally, particularly in logistics and cybersecurity for regions such as Coastal East Africa and the Balkans. The procurement seeks qualified contractors to enhance national security strategies through capability assessments, work plans, and advisory services, emphasizing the importance of experienced personnel in military logistics and cybersecurity. This initiative aligns with U.S. foreign policy goals and aims to foster regional stability and security through effective partnerships. Interested parties must submit their proposals by May 6, 2025, at 14:00 EDT, and can direct inquiries to Taynelle McCloud at mccloudtl@state.gov or Andrew Lawson at lawsonar@state.gov.
E3 Open House Update and News
Buyer not available
Special Notice AGENCY FOR INTERNATIONAL DEVELOPMENT is seeking a Communications Specialist for their E3 Open House Update and News. The service/item being procured is a fall newsletter with bureau updates. The newsletter can be viewed through a provided link. The date for the next E3 Open House will be announced in early 2017. Interested individuals can join the E3 Open House listserv through another provided link. The place of performance is at the Ronald Reagan Building, 1300 Pennsylvania Avenue, NW, Washington, DC 20523, USA. The primary contact for this procurement is Laura Jagla, who can be reached at ljagla@usaid.gov or 2022163091.
USAID DRC Localization Partner Landscape and Market Compensation Survey
Buyer not available
The U.S. Agency for International Development (USAID) is disseminating findings from the "Localization Partner Landscape and Market Compensation Survey" conducted in the Democratic Republic of Congo (DRC). The survey aims to assess the readiness of local entities to partner with USAID and to establish fair compensation practices for local staff engaged in development and humanitarian work. This information is crucial for organizations involved in or considering development programs in the DRC, as it provides insights into the local nonprofit landscape and compensation standards, which can inform proposal development and program administration. For further inquiries, interested parties can contact M Sirajam Munir at drcoaa@usaid.gov.
INL Colombia Construction IDIQ
Buyer not available
The U.S. Department of State is seeking qualified contractors for the INL Colombia Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at constructing various facilities in Colombia, including administrative buildings, lodging, kennels, and warehouses. The contract will span a base period of 12 months with four optional one-year extensions, allowing for a maximum funding limit of $50 million throughout its duration. This initiative is critical for supporting U.S. interests and operations in Colombia, ensuring compliance with local regulations and safety standards while enhancing law enforcement infrastructure. Interested contractors must submit proposals by May 23, 2025, and can direct inquiries to Scott M. David at ScottDM@state.gov or Joonpil Hwang at hwangj2@state.gov.
Cell phone services FY25
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Cotonou, is soliciting proposals for cell phone services under a Request for Quotations (RFQ) for the fiscal year 2025. The procurement aims to establish a one-year service agreement for comprehensive mobile telecommunication solutions, including local and international calling, SMS messaging, internet access, and 24-hour customer support, with options for four annual renewals and a six-month extension. This contract is crucial for ensuring reliable communication for official purposes, reflecting the U.S. Government's commitment to transparency and competitive participation in federal contracting. Interested vendors must submit their quotations electronically by April 16, 2025, and are encouraged to attend a pre-quotation conference on March 26, 2025, for further details; inquiries can be directed to Rebecca J. Stone at stonerj@state.gov or Abdoul Youssifou at youssifouar@state.gov.
Media Outreach
Buyer not available
The Defense Information Systems Agency (DISA) is seeking sources for Media Outreach services to support its operations in the National Capital Region from December 1, 2025, to November 30, 2030. The procurement encompasses a wide range of audiovisual services, including live broadcast production, technical support, emergency sustainment services, and the operation of digital broadcast systems, with a focus on maintaining high-quality communication capabilities. This initiative is crucial for ensuring effective media outreach and operational readiness, and it is open to both small and large businesses, particularly those classified as Small Disadvantaged, Certified 8(a), Service-Disabled Veteran-Owned, HUBZone, and Woman-Owned Small Businesses. Interested parties must submit their responses by April 15, 2025, and all personnel involved must possess an active Top Secret/Secure Compartmented Information (TS/SCI) clearance. For further inquiries, contact Kathleen Aguila at kathleen.m.aguila.civ@mail.mil or Robin Schuster at robin.n.schuster.civ@mail.mil.