Armenia Resilience Activity
ID: 72011124R00005Type: Solicitation
Overview

Buyer

AGENCY FOR INTERNATIONAL DEVELOPMENTAGENCY FOR INTERNATIONAL DEVELOPMENTUSAID/ARMENIAYEREVAN, ARM

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The U.S. Agency for International Development (USAID) is soliciting proposals for the "Armenia Resilience Indefinite Delivery/Indefinite Quantity (IDIQ) Contract," aimed at enhancing Armenia's resilience to both natural and manmade risks. The contract focuses on improving interconnected systems such as disaster risk management, food security, and climate resilience through technical assistance, capacity building, and collaboration with local institutions. With a maximum contract value of $95 million and an anticipated duration of approximately 44 months, the selected contractor will be responsible for implementing strategies that strengthen Armenia's institutional capacity and response mechanisms. Proposals are due by October 7, 2024, and interested parties can contact Armen E. Yeghiazarian at ayeghiazarian@usaid.gov for further information.

    Point(s) of Contact
    Sascha Kemper
    skemper@usaid.gov
    Files
    Title
    Posted
    The document outlines Amendment 0002 to the USAID Armenia Resilience Indefinite Delivery/Indefinite Quantity Contract, in response to questions from prospective offerors regarding the provided RFP. Issued on September 12, 2024, the amendment revises the solicitation documents and clarifies previous answers that were inaccurate. Key topics addressed include the removal of a plug figure of $4.8 million for programmatic interventions and confirmation that offerors may request waivers for proposing salary rates for Third Country Nationals (TCNs) above the allowable limits. The amendment also clarifies that offerors may subcontract additional organizations alongside the Armenian National Agrarian University (ANAU) and emphasizes that the funding for subcontracts must not exceed the previous plug figure. USAID retains discretion over final contract awards, contingent on fund availability. The proposal's submission deadline remains October 7, 2024. This document is critical for ensuring compliance and clarity in the bidding process, reflecting USAID’s commitment to transparency and precise communication with contractors.
    The U.S. Agency for International Development (USAID) is inviting proposals for the "Armenia Resilience Indefinite Delivery/Indefinite Quantity (IDIQ) Contract," focusing on enhancing Armenia's resilience to natural and manmade risks. The solicitation, numbered 72011124R00005, was issued on August 29, 2024, with proposals due by October 7, 2024. The maximum contract value is estimated at $95 million, with Task Order 1 ranging from $28 million to $30 million. This contract aims to improve various interconnected systems, including disaster risk management, natural resource management, food security, and climate resilience, through technical assistance, capacity building, and knowledge management. The anticipated duration is approximately 44 months, with options for extension. The selected contractor will engage with Armenian institutions to build capacity and improve response to risks while ensuring gender equality and local stakeholder involvement throughout the process. The competitive process will allow for task orders as needed, and potential bidders must follow the stipulated requirements and deadlines. The entire project emphasizes collaborative work with local entities to promote sustainability and development outcomes in line with USAID’s strategic priorities.
    The document outlines a proposal for personnel staffing and budgeting related to a federal initiative focused on food security and agricultural development. It details the required international and local staff, specifying roles such as Chief of Party, Technical Advisors, and various monitoring and evaluation positions, emphasizing the need for expertise in food security and agriculture. The document is structured into categories including international personnel, local in-country staff, fringe benefits, travel, equipment, supplies, contractual costs, and program activities, summarizing both direct and indirect costs. It provides estimates for budgets spanning five years, highlighting key costs and staffing needs across programs and administrative operations. Overall, the purpose is to secure funding through federal grants and RFPs by outlining a comprehensive staffing and budget plan that demonstrates a structured approach to addressing food security challenges, ensuring appropriate expertise and resources are allocated to the project.
    This government file outlines a funding proposal for a multi-year project focusing on personnel requirements, travel, equipment, supplies, and contractual costs aimed at enhancing food security and agricultural practices. The document details estimated costs for both expatriate and local in-country staff categories, including positions such as Chief of Party, various technical advisors, and monitoring and evaluation specialists, with an emphasis on their respective qualification levels and associated daily rates. Additional expenditures include travel ($160,000), equipment ($120,000), supplies ($50,000), and substantial costs for program activities, grants under contract, and consultants amounting to approximately $1.9 million. The proposal anticipates a cumulative budget of about $17 million over five years, incorporating direct and indirect costs as well as a management fee. The comprehensive structure reflects the project's alignment with government Request for Proposals (RFPs) and grants, targeting improvements in agricultural sectors and ensuring the engagement of qualified personnel for successful implementation. It emphasizes a commitment to food security and sustainable development through effective resource allocation and management.
    The document outlines a staffing requirements framework for a government initiative spanning multiple years, detailing various qualification levels and labor categories needed. It classifies personnel into senior, mid, and junior levels under two main designations: U.S. Citizens (USC) and Cooperating Country Nationals/Third Country Nationals (CCN/TCN). The roles specified include specialized positions such as Chief of Party, Food Security Experts, Disaster Risk Management Specialists, Legal Advisors, and others essential for the project's success. Each year emphasizes the same labor categories across different levels, highlighting a consistent need for expertise in sectors such as agriculture, community development, energy, and engineering. The document serves as a foundational reference for crafting proposals and applying for grants related to federal projects, ensuring that qualified personnel are identified to meet the diverse needs of the initiative. The structured approach reflects a strategic method for resource allocation to fulfill project goals effectively while complying with government regulations regarding staffing and local participation.
    This government document outlines labor categories and qualification levels for various personnel required across multiple project years, indicative of a federal or state/local RFP framework. It lists positions primarily focusing on different levels of personnel, such as Senior and Mid-Level US Citizens (USC) and Third Country Nationals/Commonwealth Nationals (CCN/TCN), across various expertise areas including economics, project management, disaster risk management, legal advisement, and infrastructure engineering. Furthermore, it details categories such as Food Security, Natural Resource Management, and Inclusive Development, reflecting the government's strategic emphasis on addressing socio-economic challenges. The arrangement displays a progression of staffing needs from Year 1 to Year 7, signaling long-term planning efforts for project execution and support. The document serves as a foundational reference for potential contractors regarding personnel requirements and levels of expertise necessary for successful project implementation in alignment with government goals in sectors such as agriculture, disaster resilience, and community development.
    The document is an amendment (0001) to the Request for Proposals (RFP) for the Armenia Resilience Indefinite Delivery/Indefinite Quantity (IDIQ) Contract and the Food Security Task Order 1. Issued by USAID/Armenia on September 9, 2024, this amendment addresses questions posed by potential offerors and includes corrections and clarifications to the original RFP, enhancing its structure and content. Key updates include the provision of a revised RFP, an updated attachment concerning the Rates Only Pricing Evaluation (ROPE) Worksheet, and adjusted pricing evaluation frameworks. Importantly, the maximum contract value is specified as $95 million, available for both base and option periods (limit on base period clarified). Additionally, the amendment reaffirms that certain documents remain unchanged and outlines the timeline for ensuing tasks, including a period of performance spanning from January 13, 2025, to January 12, 2030. The purpose of this amendment is not only to refine the procurement process but also to ensure clarity and fairness within bids. While specific issues like subcontractor compensation and labor categories are addressed, USAID emphasizes that adherence to procurement rules and guidelines is critical. Consequently, the document highlights the significance of the RFP process in procuring effective proposals for future initiatives in Armenia aimed at resilience and food security.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Customized English Language Training Program for US Embassy Yerevan, Armenia
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for a Customized English Language Training Program aimed at enhancing the English proficiency of up to 100 Armenian law enforcement officers at the U.S. Embassy in Yerevan, Armenia. The program is designed to improve the officers' ability to interact with international counterparts and conduct joint investigations, focusing on law enforcement and legal terminology across three proficiency levels—beginner, intermediate, and advanced—over a three-month period. This initiative underscores the U.S. commitment to strengthening the capabilities of foreign law enforcement agencies. Proposals are due by September 17, 2024, and interested contractors should contact Ms. Gallone at gallonea@state.gov or Andra Balta at BaltaA@state.gov for further information.
    RFP # 19-AM10-24-R-0002 for locally employed staff health insurance coverage
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Yerevan, Armenia, is soliciting proposals for health insurance coverage for locally employed staff under RFP 19-AM10-24-R-0002. The contract aims to provide comprehensive health insurance services that meet minimum benefit levels for U.S. Government employees and their eligible dependents, including coverage for hospitalization, emergency services, outpatient services, and preventive care. This procurement is crucial for ensuring that U.S. officials stationed in Armenia receive necessary medical coverage while adhering to regulatory standards. Proposals are due by September 26, 2024, at 17:00 local time, and must be submitted in a sealed envelope or via email to the designated contacts, Sarah H. Swatzburg and the U.S. Embassy Yerevan Procurement team.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    USPSC Humanitarian Advisor
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID) is soliciting proposals for a U.S. Personal Service Contractor (USPSC) position as a Humanitarian Advisor to support its Bureau for Humanitarian Assistance (BHA). The selected candidate will provide critical analysis, manage humanitarian policy awards, and engage with various stakeholders, including non-governmental organizations and international institutions, to enhance disaster response and recovery efforts. This opportunity underscores USAID's commitment to inclusive hiring practices and aims to strengthen global humanitarian initiatives through qualified personnel. Interested applicants should note that the solicitation is open from September 12, 2024, to February 25, 2025, with a competitive salary range of $117,962.00 to $153,354.00, and are encouraged to direct inquiries to G3PC Recruitment at BHA.G3PCRecruitment@usaid.gov.
    USPSC Markets Technical Advisor/Senior Markets Technical Advisor
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID) is soliciting proposals for the position of Markets Technical Advisor/Senior Markets Technical Advisor under solicitation number 7200AA24R00097, issued on September 5, 2024, with a closing date of December 27, 2024. This role is critical for providing technical assistance in food assistance and economic recovery, aimed at enhancing programs that support market systems during crises to meet basic needs and promote livelihood recovery. The position offers a salary range of $88,520 to $135,987, with a five-year performance period expected to commence 145 days after the closing date, and applicants must be U.S. citizens eligible for remote work. Interested parties should direct inquiries to BHA.TPQRecruitment@usaid.gov and are encouraged to apply, particularly individuals from underrepresented groups.
    Institutional Strengthening of the Government of Peru to implement the National Counternarcotic Policy
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID) is seeking proposals from qualified local entities to provide services for the Institutional Strengthening of the Government of Peru in implementing its National Counternarcotics Policy. The objective of this procurement is to enhance the capacity of the Peruvian government, particularly DEVIDA, to effectively execute its counternarcotics strategy across various regions, with a total estimated project budget of $10 million, which includes $1.5 million earmarked for Grants Under Contracts (GUCs). This initiative is crucial for addressing narcotics-related challenges in Peru and fostering collaboration between the U.S. and Peru in combating drug trafficking. Interested offerors must submit their proposals by September 17, 2024, and can direct inquiries to Andre-Guy Soh at asoh@usaid.gov or Rosario Orrillo de Saldana at rsaldana@usaid.gov.
    RFQ for premium gasoline & winter Euro5 diesel fuel purchase
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Yerevan, Armenia, is soliciting quotations for the procurement of premium gasoline and winter Euro5 diesel fuel. The specific requirements include 25,000 liters of premium AI95 K5 gasoline and 15,000 liters of winter Euro5 diesel K5, with delivery scheduled between September 27, 2024, and February 5, 2025. This procurement is crucial for ensuring a reliable fuel supply for embassy operations, adhering to federal acquisition regulations. Quotations must be submitted in English by 17:00 local time on September 26, 2024, either in a sealed envelope or via email to yerevanprocurement@state.gov. Interested vendors must also be registered in the System for Award Management (SAM) and comply with the NDAA certification requirements.
    Economic Resilience Assessment for Conflict Prevention and Stability Promotion in Guinea
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID) is soliciting proposals for an Economic Resilience Assessment aimed at conflict prevention and stability promotion in Guinea, specifically in the Kankan and N'Zerekore regions. The assessment seeks to identify economic risk factors contributing to social unrest and radicalization, analyze local economic dynamics, and propose interventions that foster economic empowerment and stability. This initiative is part of the U.S. Strategy to Prevent Conflict and Promote Stability in Coastal Africa, focusing on enhancing economic resilience in a region where natural resource wealth has not translated into broad-based development. Proposals are due by October 11, 2024, with the assessment expected to be completed within three months, from October to December 2024. Interested parties can contact Mariama Diallo at mardiallo@usaid.gov or Jared Worley at jworley@usaid.gov for further information.
    Army Financial Improvement (AFI) Program Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking proposals for the Army Financial Improvement (AFI) Program Support Services. This procurement aims to secure professional Federal accounting, auditing solutions, and change management support to help the Army achieve an unmodified audit opinion on its financial statements. The contract will be structured as a single award, indefinite delivery/indefinite quantity (IDIQ) with a maximum ceiling of $249,999,999.99 over a three-year period, from February 2025 to February 2028, including a 90-day transition-in period. Interested parties must submit their proposals by 10:00 AM ET on October 1, 2024, and direct any inquiries to Samantha L. Hannah at samantha.l.hannah2.civ@army.mil by September 5, 2024.
    USPSC Support Relief Group (SRG) Humanitarian Advisor (Multiple Positions)
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID) is soliciting offers for multiple U.S. Personal Service Contractor (USPSC) positions as Support Relief Group (SRG) Humanitarian Advisors. The objective of this procurement is to recruit qualified individuals with expertise in international relations, disaster management, or humanitarian response to enhance USAID's crisis response efforts during high-activity periods, both domestically and internationally. This initiative is crucial for bolstering humanitarian responses to global crises through the deployment of skilled personnel. Interested candidates must submit their offers by February 7, 2025, with a competitive salary range of $104,604 to $135,987, and can direct inquiries to the BHA Recruitment Team at BHA.FARORecruitment@usaid.gov.