Peace Operations Training and Assistance in Zambia
ID: 19AQMM24R0118Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of State is seeking proposals for a federal contract titled "Peace Operations Training and Assistance in Zambia," aimed at enhancing the capacity of the Zambia Defense Force (ZDF) to prepare, deploy, and sustain effective peacekeeping forces in support of UN-mandated tasks. The contract encompasses the development and delivery of high-quality training, strategic mentorship, and the procurement of necessary equipment and supplies for pre-deployment training, all tailored to the unique needs of the ZDF and aligned with UN policies. This initiative is crucial for strengthening Zambia's role in international peacekeeping efforts and ensuring operational readiness for regional missions. Interested small businesses must submit proposals by 12:00 PM EDT on September 27, 2024, and can direct inquiries to Holli Baker at BakerHC@state.gov or the IP Contracting Team at IP_Contracting_Team@state.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Solicitation Number 19AQMM24R0118 for a hybrid contract titled "Zambia Training & Assistance" issued by the U.S. Department of State. It involves providing various training personnel, including in-country team leaders and trainers, alongside logistical support for a training initiative in Zambia. These services are to be delivered over a base period of one year, with three optional additional years. The contract covers firm-fixed prices and cost reimbursement for direct costs such as airfare, transit, and accommodations, as detailed in the pricing tables. Key requirements include adherence to labor laws and submission of regular reports to U.S. Government officials. The document emphasizes the contractor's responsibility for compliance with local laws and obligations to maintain employee benefits. Specific clauses address performance monitoring, invoicing processes, and conflict of interest, ensuring accountability and quality in service delivery. The scope of work is determined by the Statement of Work included as an attachment, and communication with government representatives is tightly regulated. The contract aims to support U.S. interests in capacity building within the region while ensuring rigorous oversight and compliance with federal regulations.
    The document outlines an amendment to the solicitation and modification of contract number 19AQMM24R0118, primarily concerning training and assistance in Zambia. Issued by the U.S. Department of State's Office of Acquisition Management, the amendment updates various contract line item numbers (CLINs) for personnel roles such as team leads and technical trainers, as well as direct costs for travel, lodging, and equipment procurement. Key attachments are included, such as the Statement of Work (SOW), a bid chart, and a compilation of questions and answers. The contract is structured as a hybrid agreement incorporating both firm-fixed-price and cost-reimbursement components. Emphasis is placed on compliance with local laws, performance standards, and cost controls, particularly regarding employee wages and benefits. The contractor is responsible for maintaining equipment accountability and protecting any proprietary or sensitive information encountered during the contract term. Overall, this document reinforces the government’s commitment to proper financial management and compliance while seeking assistance to fulfill training obligations in Zambia.
    The Statement of Work (SOW) outlines a project under the Global Peace Operations Initiative (GPOI) aimed at enhancing the Zambia Defense Force's (ZDF) capacity for peacekeeping operations. The initiative focuses on training, mentorship, and the procurement of equipment necessary for effective pre-deployment preparation related to UN missions and regional operations. Specific tasks include in-country training preparation, developing a Peacekeeping Training Resource Management course, and conducting a lessons learned workshop, culminating in comprehensive pre-deployment training for approximately 1,100 ZDF personnel preparing for deployment to the Central African Republic. The project encompasses 14 distinct tasks, each requiring extensive management and coordination, with clear performance objectives centered on aligning training with UN policies and contributing to institutional self-sufficiency. Moreover, it emphasizes the incorporation of gender perspectives in peacekeeping and the overarching goal of improving operational effectiveness within peacekeeping missions. This SOW reflects the U.S. commitment to strengthening global peacekeeping efforts through enhanced training and resource management support for partner nations.
    The document outlines a Statement of Work (SOW) for the Global Peace Operations Initiative (GPOI) aimed at enhancing the peacekeeping capabilities of the Zambia Defense Force (ZDF). This initiative, managed by the U.S. Department of State, seeks to bolster ZDF's capacity to train, prepare, deploy, and sustain peacekeepers for United Nations and regional missions, particularly focusing on pre-deployment training for a battalion deploying to the Central African Republic. Key objectives include developing high-quality training reflective of UN doctrines and practical exercises, providing mentorship to foster self-sufficiency, and procuring necessary training equipment. The SOW specifies detailed tasks, such as conducting in-country training preparation, resource management courses, lessons learned workshops, and various training sessions covering logistics, tactics, and medical skills. Furthermore, the document emphasizes the importance of adapting training content to the ZDF’s context, ensuring gender integration in peacekeeping, and maintaining high professional standards during training. The contractor is responsible for comprehensive training management and oversight, coordinating logistics, and fostering effective partner engagement throughout the initiative. The overall aim is to strengthen Zambia's role as a key contributor to international peacekeeping efforts.
    The document outlines a proposed schedule for training programs and events associated with GPOI (Global Peace Operations Initiative) trainers, detailing personnel and training activities across multiple weeks. Each week is structured to include various tasks, predominantly focused on tactical mission planning, logistics, and individual peacekeeping skills training, highlighting the importance of comprehensive staff preparation and mentorship. Key components of the schedule include CPTM training, mission leadership, medical screenings, and rehearsals for conflict management. The timeline spans several weeks, from initial training to culminating exercises like the MRX/CERTEX, emphasizing both foundational skills and advanced tactics essential for effective peacekeeping operations. The purpose of this document aligns with a federal RFP context where consistent training and proper execution of peace operations are paramount, ensuring that personnel are well-equipped to handle diverse challenges in various environments. The detailed breakdown by week showcases a systematic approach to developing competencies essential for personnel readiness in governmental or peacekeeping missions.
    The document outlines a federal RFP related to training and operational services for military personnel, specifically focusing on in-country training preparation and partner engagement. It categorizes various Contract Line Item Numbers (CLINs) under three main periods: Base Year, Option Year 1, and Option Years 2 and 3. Each CLIN specifies the type of contract (Time and Materials, Cost Not to Exceed, or Firm Fixed Price) along with related tasks such as in-country training, logistics, and equipment support. The comprehensive cost breakdown includes pricing for several labor categories (Team Leads, Trainers) and operational costs such as airfare, lodging, and transportation. Each task is designed to ensure effective training and support for international defense cooperation initiatives. Collectively, this RFP serves the purpose of soliciting proposals from qualified vendors to deliver specialized training services in alignment with government objectives for military readiness and international partnerships, showcasing the commitment to enhancing military capabilities through structured training programs and logistical support.
    The document outlines a federal Request for Proposals (RFP) encompassing a multi-year contract for training and support services primarily related to in-country training and preparation for peacekeeping operations. The contract is divided into base and option years, spanning a total of four years, and categorized into various Contract Line Item Numbers (CLINs) that specify different types of contracts: Time and Materials (T&M), Cost Not to Exceed (CNF), and Firm Fixed Price (FFP). Key tasks include engaging an in-country team lead and several specialized trainers, along with logistical support like airfare, accommodation, and training equipment. The document stipulates detailed quantities, rates, and cost estimates for different roles and associated expenses across all periods, emphasizing a structured approach to resource management. This RFP aims to enhance operational readiness through systematic training and engagement, fulfilling federal and local objectives in effective peacekeeping. The explicit breakdown of tasks and funding allocations underscores the importance of accountability and clarity in governmental fiscal management.
    The fact sheet outlines procurement restrictions under the Foreign Assistance Act (FAA) affecting the purchase of vehicles and equipment using FAA funds. It establishes two primary restrictions: vehicle procurement and general equipment procurement. 1. Vehicle Procurement Restrictions: Funds cannot be used to buy or lease vehicles not manufactured in the U.S., except for specific waivers due to special circumstances like interoperability or time constraints. Cost savings alone do not justify waivers. 2. General Equipment Procurement Restrictions: Funds can only be used to purchase equipment in the U.S., the recipient country, or non-advanced developing countries, unless exemptions apply. Waivers require a demonstration of necessity for unforeseen circumstances or significant cost efficiency (minimum 25% savings). Offerors must provide detailed procurement strategies and justify their need for waivers based on thorough research of U.S. options. Further compliance and restrictions on sourcing are specified, emphasizing that circumventing these regulations will lead to disqualification from competition. The overall intent is to ensure fiscal responsibility while adhering to U.S. manufacturing criteria within international aid processes.
    The document outlines the Vehicle and Equipment Procurement Restrictions under the Foreign Assistance Act, emphasizing compliance for federal procurement. Offerors must fill out a reporting template that details the origin and cost percentage of various vehicle components, including the chassis, engine, and body. A minimum of 80% U.S. origin content is required; if not met, the proposal is non-compliant. If seeking a waiver for restrictions, offerors need to document alternatives and provide clear explanations for deviations. Additionally, a vendor inventory assessment template is included, requiring information about equipment compliance, specifications, and timelines. Explanatory notes for any deviations from the scope of work (SOW) and reasons for waivers are also necessary, ensuring transparency and thorough understanding of potential procurement challenges. The overall goal is to ensure that vehicles and equipment procured for foreign assistance meet specific standards while allowing for necessary flexibility and clarity in the procurement process. This document serves as guidance for federal, state, and local contracting entities as they navigate compliance in government-funded projects.
    The document outlines the procurement restrictions regarding vehicles and equipment under the Foreign Assistance Act, specifically focusing on compliance with 604(a)(1). A waiver template is provided for use when purchasing equipment outside compliant countries. Each equipment type requires details about the vendor, the location of the equipment, its compliance status, and any deviations from specifications. Vendors must justify any compliance issues, timeline delays, or cost variances, offering explanations for each encountered problem. The template allows for systematic documentation of procurement scenarios from various potential vendors, including those in compliant and non-compliant nations. This structure aims to ensure transparency and facilitate decision-making in line with federal regulations for international assistance. Overall, it emphasizes adherence to compliance while allowing for flexibility through documented waivers and justifications.
    The document outlines the Question & Answer process related to the Zambia Peace Operations Training and Assistance Request for Proposals (RFP). It instructs offerors to submit inquiries during the designated period, referencing specific sections of the RFP or Statement of Work (SOW) for clarity. Each question must be formatted independently in a designated spreadsheet, citing the document type, page, section, clause, or relevant passages, followed by the question itself. An example provided illustrates this process, where an offeror asks for clarification on the number of training participants considered a "cadre." This guideline ensures a structured approach for potential contractors to seek necessary clarifications, facilitating effective communication and comprehensive understanding of the RFP's requirements. Overall, this document serves to streamline the inquiry process, enabling prospective bidders to align their proposals with the government’s expectations for the peace operations project in Zambia.
    The document outlines the Question & Answer process related to the Zambia Peace Operations Training and Assistance Request for Proposals (RFP). It instructs offerors to submit inquiries during the designated period, referencing specific sections of the RFP or Statement of Work (SOW) for clarity. Each question must be formatted independently in a designated spreadsheet, citing the document type, page, section, clause, or relevant passages, followed by the question itself. An example provided illustrates this process, where an offeror asks for clarification on the number of training participants considered a "cadre." This guideline ensures a structured approach for potential contractors to seek necessary clarifications, facilitating effective communication and comprehensive understanding of the RFP's requirements. Overall, this document serves to streamline the inquiry process, enabling prospective bidders to align their proposals with the government’s expectations for the peace operations project in Zambia.
    Lifecycle
    Similar Opportunities
    Uganda Peacekeeping Training
    Active
    State, Department Of
    The U.S. Department of State is seeking proposals for the Uganda Peacekeeping Training contract, aimed at enhancing the capabilities of the Uganda People’s Defence Forces (UPDF) in peacekeeping operations. This initiative, part of the Global Peace Operations Initiative (GPOI), focuses on providing specialized training, mentorship, and necessary equipment to support effective deployment and sustainability of peacekeeping forces in Uganda. The contract includes various training tasks such as Conventional Munitions Disposal, Tactical Medical Training, and Geospatial Mapping, emphasizing compliance with U.S. procurement regulations and the importance of building local capacity for regional peace and security. Proposals are due by September 17, 2024, with questions accepted until August 20, 2024; interested parties can contact Holli Baker at BakerHC@state.gov for further information.
    Peace Operations Training and Assistance in Chad
    Active
    State, Department Of
    The U.S. Department of State is seeking contractors to provide training and assistance under the Global Peace Operations Initiative (GPOI) in Chad, aimed at enhancing the peacekeeping capabilities of the Chadian National Army (ANT). The procurement involves comprehensive management, training, personnel, and logistical support to facilitate various training programs, including mission planning and operational readiness, while adhering to UN policies and emphasizing gender integration. This initiative is critical for strengthening Chad's capacity to participate in international peacekeeping missions, reflecting the U.S. government's commitment to global security efforts. Interested parties should contact Coy Brown at browncl1@state.gov, with proposals due by September 23, 2024, as outlined in the solicitation documents.
    Global Peace Operations Initiative Capacity Building Assistance in Malawi
    Active
    State, Department Of
    The U.S. Department of State is seeking a qualified small business to provide capacity-building assistance for the Malawi Defense Force (MDF) under the Global Peace Operations Initiative. The primary objective of this procurement is to enhance Malawi's ability to prepare, deploy, and sustain its peacekeeping forces through tailored training and mentorship, ensuring that the MDF can independently conduct pre-deployment training while adapting to evolving government requirements. This initiative is crucial for strengthening international peacekeeping efforts and fostering effective partnerships between the U.S. and Malawi. Interested offerors must submit proposals by the deadline following the solicitation's posting on or about August 28, 2024, and should direct inquiries to the IP Contracting Team at IPContractingTeam@state.gov or Holli Baker at BakerHC@state.gov.
    ECM Training in Senegal
    Active
    State, Department Of
    The U.S. Department of State is seeking a qualified small business to provide training and capacity building for the Senegalese Armed Forces (SAF) in the area of Electronic Countermeasures (ECMs) as part of a broader initiative to enhance peacekeeping capabilities. The contract, titled "ECM Training in Senegal," aims to prepare, deploy, and sustain effective peacekeeping forces, aligning with U.S. Government peacekeeping policy priorities for Senegal and the region. This opportunity underscores the importance of developing skilled personnel in peacekeeping roles, ensuring compliance with international training standards, and fostering strategic partnerships. Proposals are due by 10:00 AM EDT on September 27, 2024, and interested parties must register in the System for Award Management (SAM) to be eligible for award. For inquiries, contact the IP Contracting Team at IPContractingTeam@state.gov or Holli Baker at BakerHC@state.gov.
    USAID Digital Innovation and Growth Initiative in Zambia (DIGI Zambia)
    Active
    Agency For International Development
    The United States Agency for International Development (USAID) is soliciting proposals for the Digital Innovation and Growth Initiative in Zambia (DIGI Zambia), aimed at enhancing economic growth and investment in technology sectors within the country. The initiative seeks qualified local entities to provide commercial services that will support the development of at least 20 technology startups, mobilize a minimum of $40 million in investments, and ensure compliance with social and environmental standards over a maximum contract period of four years. This opportunity is crucial for fostering a vibrant digital economy in Zambia, aligning with USAID's goals of promoting democratic development and gender equity. Interested parties must submit their proposals by September 20, 2024, and can direct inquiries to Brian LeCuyer at blecuyer@usaid.gov or Moono Chikumbi at mchikumbi@usaid.gov.
    PEPFAR Deputy Country Coordinator, USPSC Offshore GS-14
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID) is soliciting applications for the position of Deputy Country Coordinator for the President’s Emergency Plan for AIDS Relief (PEPFAR) program in Zambia. This role involves coordinating the planning, implementation, and reporting of the interagency-led PEPFAR program, ensuring alignment with U.S. government agencies and the Government of Zambia to effectively combat HIV/AIDS. The position is critical to advancing PEPFAR's mission, with an annual salary range of $104,604 to $135,987, a two-year base period, and a potential three-year extension. Interested candidates must be U.S. citizens or lawful permanent residents, possess an advanced degree, and have at least 10 years of relevant experience, with applications due by October 6, 2024. For further inquiries, candidates may contact Kamuchizya Mutambo at kmutambo@usaid.gov or Cicely Lewis at clewis@usaid.gov.
    Global Advisory (Update)
    Active
    State, Department Of
    The Department of State is seeking qualified contractors for the Global Advisory services through a forthcoming Request for Proposal (RFP). This initiative aims to provide international advisory services, particularly focusing on enhancing peace and security in sub-Saharan Africa and improving partner nation security sector governance, with a performance period expected to last five years. The contract will be structured as a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a maximum of six awards across small business and full and open competition tracks. Interested parties should monitor SAM.gov for updates, as the RFP is tentatively scheduled for release in Q1 of FY25, and can reach out to primary contacts Taynelle McCloud at mccloudtl@state.gov or Todd McNelly at mcnellyrt@state.gov for further inquiries.
    Regional Sub-Saharan Africa: Zambia – Lobito Rail Corridor Environmental and Social Impact Assessment
    Active
    United States Trade And Development Agency
    The United States Trade and Development Agency (USTDA) is seeking qualified U.S. firms to provide technical assistance for the Environmental and Social Impact Assessment of the Zambia-Lobito Rail Corridor. This initiative aims to evaluate the environmental and social implications of the rail corridor project, which is crucial for enhancing regional connectivity and economic development in Sub-Saharan Africa. Interested firms can access the Request for Proposal by visiting USTDA’s website at https://ustda.gov/work/bid-on-an-overseas-project/. Further details regarding the timeline and submission requirements will be outlined in the proposal documents.
    USPSC Humanitarian Civil-Military Training Coordinator
    Active
    Agency For International Development
    Solicitation Notice: AGENCY FOR INTERNATIONAL DEVELOPMENT is seeking a Humanitarian Civil-Military Training Coordinator. This service is typically used to provide personal services under contract for the United States Government (USG), represented by the U.S. Agency for International Development (USAID). The solicitation requires qualified individuals to offer their services in accordance with the provided evaluation criteria. Interested parties are encouraged to respond to the solicitation. The closing date and time for offers is January 16, 2025, 12:00 P.M. Eastern Time. For more information, please refer to the contact details provided in Attachment 1 of the solicitation.
    Partner Liaison Security Operations (PLSO) Activity in Burkina Faso
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID) is seeking proposals for the Partner Liaison Security Operations (PLSO) project in Burkina Faso, aimed at enhancing communication and security awareness among implementing partners (IPs) operating in the region. The primary objective of this procurement is to facilitate better information sharing regarding security concerns, thereby enabling IPs to manage their operations more effectively and advance their development goals. This initiative is crucial for ensuring the safety and efficiency of U.S. government-funded assistance in a context marked by regional instability. Proposals are due by October 10, 2024, under a Cost-Plus-Fixed-Fee contract type, with a maximum estimated value of $5 million over a five-year period. Interested parties can reach out to Robert Almosd at supportsolicitations@usaid.gov for further inquiries.