Civic Courts and Local Police Capacity Building Activity
ID: Pre_72052324R00002Type: Presolicitation
Overview

Buyer

AGENCY FOR INTERNATIONAL DEVELOPMENTAGENCY FOR INTERNATIONAL DEVELOPMENTUSAID/MEXICOMEXICO CITY, DF, MEX

NAICS

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

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
    Description

    The United States Agency for International Development (USAID) Mexico Mission is seeking proposals from qualified local Mexican firms for a five-year contract titled “Civic Courts and Local Police Capacity Building Activity.” This initiative aims to enhance the capacities of civic courts and local police to reduce crime and violence in Mexico through evidence-based strategies and collaboration with civil society and educational institutions. The anticipated contract, valued at approximately $20 million, will be awarded exclusively to local entities, including nonprofit organizations and institutions of higher education, with proposals evaluated based on technical and cost criteria. Interested offerors can contact the Office of Acquisition and Assistance at mexicoaa@usaid.gov or call 5550802000 for further details, and a pre-proposal conference will be held for those wishing to participate.

    Point(s) of Contact
    Office of Acquisition and Assistance
    (555) 080-2000
    mexicoaa@usaid.gov
    Files
    Title
    Posted
    The document outlines goals and strategies for a collaborative initiative aimed at reducing crime and violence in Mexico through evidence-based civic and policing justice strategies. It emphasizes the importance of engaging civil society, academia, and the private sector to innovate and implement preventive measures, especially targeting youth affected by high violence rates and recruitment by transnational crime organizations. The initiative will span five years across 200 municipalities nationwide, focusing on three main objectives: expanding civic justice models, strengthening community policing, and introducing innovative community-based violence prevention strategies. Key performance indicators include reducing recidivism rates, improving community-police relations, and collaborating with local actors to establish operational frameworks that incorporate gender sensitivity and sustainability. Operational limitations highlight the necessity of thorough political-economic assessments, capacity evaluations, and dynamic partnerships among stakeholders to ensure successful implementation. The document serves as part of federal grants and RFP processes, aligning with broader U.S.-Mexico security collaboration efforts to enhance public safety and reduce violence systematically.
    This document outlines a five-year initiative aimed at enhancing crime and violence prevention in Mexico by promoting civic justice and evidence-driven policing strategies. The goals include collaboration with government entities, civil society, academia, and the private sector to reduce violence, particularly among youth, who are significantly affected by crime and recruitment by Transnational Criminal Organizations (TCOs). The project will be implemented in approximately 200 municipalities across 20 states, focusing on expanding civic justice models, adopting data-driven policing, and exploring innovative violence reduction approaches. Key objectives include the establishment of civic justice models in local jurisdictions, the enhancement of municipal police departments' capacity through data-driven strategies, and community-level violence prevention efforts. Measurable performance indicators such as reductions in recidivism rates and community trust in law enforcement will guide progress. The initiative emphasizes local ownership and sustainability, necessitating collaboration among various stakeholders to foster a comprehensive ecosystem for effective violence prevention. Gender-sensitive approaches will be integrated, addressing the unique challenges faced by marginalized groups. Ultimately, this project reflects a commitment to improving public safety and bolstering community resilience in Mexico while aligning with U.S.-Mexico security cooperation efforts.
    The "People-to-People Peacebuilding: A Program Guide," published by the USAID Office of Conflict Management and Mitigation, outlines strategies and guidelines for developing and implementing effective peacebuilding programs in conflict-affected areas. The document emphasizes the importance of building constructive relationships among conflicting communities through strategic interactions, fostering empathy, and promoting mutual understanding. It categorizes guidelines into three key phases: design, implementation, and monitoring and evaluation. Key elements include conducting thorough conflict analyses, ensuring inclusive program design, selecting competent implementing partners, and creating safe environments for dialogue. The guide stresses the necessity of addressing both attitudinal and institutional dynamics to create lasting change and outlines the importance of sustained engagement and responsiveness to shifting contextual factors. Central to the program is the "Do No Harm" principle, which safeguards participants’ interests and emphasizes the need for realistic expectations in peacebuilding efforts. Ultimately, the guide serves as a resource for USAID staff and development partners to execute high-quality, impactful peacebuilding initiatives, contributing to broader goals of stability and resilience in volatile contexts.
    The provided document indicates a technical issue regarding the inability to load a government file, specifically stating that the file requires Adobe Reader 8 or higher for proper viewing. It suggests that users may not have the necessary software installed or that their current settings are not configured to utilize Adobe Reader. The document also provides a link to Adobe’s website for guidance on installation and configuration. This issue pertains to accessibility of government requests for proposals (RFPs), federal grants, and related state and local information, which may contain vital details for potential applicants. Ensuring proper access to these documents is critical for entities seeking government funding or contracts, highlighting the importance of maintaining updated software compatibility for stakeholders engaged in public sector opportunities.
    The document outlines the budget requirements for the USAID/Mexico Por la Protección de Defensores y Periodistas (PDP) program, which aims to protect defenders and journalists. It provides a detailed consolidated budget for five years, categorizing direct costs such as salaries, fringe benefits, allowances, travel, and equipment. Each cost category is broken down for annual estimations along with subcontracting and indirect costs. To inform budget preparation, the file includes various components such as long-term expatriate salaries, local fringe benefits, travel expenses, and office costs necessary for program operations. The emphasis is on detailed estimations that align with the Independent Government Cost Estimate (IGCE). It highlights the need for precise financial planning to comply with federal regulations and successfully execute the PDP initiative. Overall, this document serves as a comprehensive framework for prospective offerors to develop their proposals in accordance with budgetary guidelines set forth in federal RFPs. It clearly delineates expectations for annual budgeting, ensuring transparency and accountability in financial management for government-funded projects.
    The document provides a Cost Proposal Narrative Template that offerors must complete when submitting proposals for federal contracts. It outlines required components such as budget summaries, escalation rates, direct labor salary calculations, fringe benefits, allowances, travel expenses, and procurement of equipment and supplies. Offerors need to justify their proposed costs, including deviations from current rates, and outline the methodology used for estimating costs. The proposal must present separate budgets for prime contractor and subcontractor costs, ensuring all expenses are directly allocable to the contract. Additionally, it emphasizes the significance of thorough documentation for allowances and travel, as well as compliance with U.S. regulations for indirect costs, fixed fees, and other direct expenditures. The main purpose of this template is to guide offerors in creating a comprehensive and accurate cost proposal while maintaining transparency and accountability in federal funding processes. By adhering strictly to the specified format and categories, offerors can facilitate a smooth evaluation process by contracting officials.
    The USAID Graphic Standards Manual serves as a comprehensive guide for all communications produced by USAID employees, contractors, and partners, emphasizing a cohesive brand identity. Updated from the original 2005 version, it outlines mandated branding policies established by Congress and clarifies the agency's branding practices, specifically marking U.S. assistance as “From the American People.” The manual details the proper use of the USAID logo, color palette, typography, and photography for various communications, including contracts and grants. Key sections include brand application across corporate communications, bilateral and regional missions, and enforcement procedures. The branding policy ensures no sub-brands are created for bureaux or offices, maintaining a unified image. Only official sub-brands for certain country missions are permitted and must follow strict guidelines. Additionally, the manual emphasizes that all branding communications must adhere to set standards to uphold USAID's reputation and effectiveness. The guide serves as an essential resource for ensuring consistent messaging and visual representation across all avenues of USAID's work, reinforcing the organization’s values and mission on a global scale, thus aiding compliance with federal branding requirements and enhancing public awareness of U.S. aid efforts.
    The USAID Small Business Subcontracting Plan Template provides a structured guideline for offerors to outline their subcontracting plans in compliance with federal regulations, specifically FAR 19.704 and 52.219-9. It mandates that a Subcontracting Plan be submitted if a contract's estimated cost is $750,000 or more, or $1,500,000 for construction, particularly when awarded to contractors that are not classified as small businesses. The template includes sections for contractors to detail contract specifics, subcontracting goals, and initiatives to maximize participation of small businesses, particularly those from disadvantaged backgrounds. USAID's FY 2023 goals specify minimum percentages for various categories of small businesses, emphasizing their commitment to inclusivity in government contracting. The document also outlines reporting requirements for subcontracting activity and emphasizes the importance of good faith efforts to achieve established goals. Key roles and responsibilities related to subcontracting program administration are highlighted along with record maintenance procedures to ensure compliance with the outlined goals. The purpose of this template is to facilitate the integration of small businesses into federal contracting opportunities, aligning with broader governmental objectives of economic empowerment and equitable opportunity within the marketplace.
    The document is a "Contractor Employee Biographical Data Sheet" required by USAID for individuals under cost-reimbursement contracts. Its purpose is to collect personal and professional information to evaluate qualifications for contract positions and justify proposed salaries. The form, valid with an OMB number, necessitates details such as the contractor's name, employee's address, contract number, position, proposed salary, duration of assignment, and personal background, including education and employment history. Contractors must also provide a rationale for the proposed salary, ensuring it reflects market values. The privacy of the information is safeguarded, as it is used solely by USAID for administrative purposes and not disclosed outside the agency. Compliance with the Paperwork Reduction Act is necessary, estimating a 30-minute response time. Overall, the form demonstrates USAID's commitment to prudent management of public funds and thorough staff qualification assessments in alignment with federal hiring standards.
    The Quality Assurance Surveillance Plan (QASP) for the Southern Mexico – Generating Employment and Sustainability (SURGES) program establishes a framework to monitor contractor performance under a federal contract. Its key objectives include identifying what will be monitored, the methods of monitoring, and who will be responsible for this oversight. The document outlines the roles of government personnel, including the Contracting Officer, Contract Specialist, and Contracting Officer’s Representative (COR), in ensuring compliance and fair treatment of the contractor. The QASP allows for tailored performance standards and surveillance methods, which may include direct observation, management information systems, user surveys, and various inspection techniques. Performance ratings and documentation procedures are also established for acceptable and unacceptable performance. Overall, this living document aims to maintain communication between the government and the contractor, ensuring a thorough evaluation of service delivery while accommodating necessary adjustments based on ongoing assessments. The QASP plays a crucial role in enhancing accountability and effectiveness in the execution of the contract, ultimately guiding actions related to contractor performance and compensation.
    The document presents a Past Performance Information (PPI) request form intended for use in government solicitations. This form simplifies the submission and evaluation process of PPI by offering a structured template for offerors. Key sections of the form include fields for contract details such as contract number, contractor information, type of contract, complexity of work, and contract dollar value. Additionally, it requires information on the contract's active or completed status, award and completion dates, subcontracting details, and contact information for relevant contracting officers or representatives. This approach emphasizes the importance of past performance in government contracting by providing a standardized method for offerors to present their experience and project relevancy. The form is supplemental to existing government past performance systems, highlighting the need for easy access to contractors' historical data to inform decision-making processes in federal and state/local RFPs.
    The document outlines a federal procurement solicitation for supplies or services, explicitly stating that it is a Rated Order under the Defense Priorities and Allocations System (DPAS). It details the submission process for sealed offers, including a warning about late submissions and the importance of adhering to specified terms and conditions. Various sections indicate the structure of the solicitation, including evaluation factors, instructions for offerors, representations and certifications, and special contract requirements. Key information required from the offeror includes acknowledgment of amendments, a proposed discount for prompt payment, and a fixed period for offer acceptance. The document emphasizes the need for compliance with all sections and details how awards will be made, including the authority for non-competitive awards and payment arrangements. This solicitation reflects the government's systematic approach in acquiring goods or services through structured proposals, ensuring adherence to federal regulations while promoting fair competition and transparency in the procurement process.
    The document outlines Request for Proposals (RFP) 72052324R00002 from USAID Mexico, focusing on a five-year project aimed at enhancing the capabilities of civic courts and local police. The RFP invites qualified Mexican organizations, including non-profits and educational institutions, to submit proposals. The estimated budget for the contract is approximately $20 million, subject to fund availability. The project seeks to improve crime prevention and violence reduction strategies nationwide by collaborating with various sectors, including civil society and academia, to adopt evidence-based approaches. Proposals will be evaluated on technical and cost criteria to determine the best value. Key sections of the RFP detail submission requirements, evaluation criteria, financial terms, and the branding strategy aligned with USAID protocols. USAID emphasizes the importance of compliance with specific guidelines regarding cost, visibility, and reporting requirements under this contract, reinforcing the agency's branding and marking policy. The document establishes a formal framework for potential contractors, ensuring clarity on expectations, assessment methods, and formalities necessary for submitting proposals while underscoring USAID's commitment to transparency and accountability within international development projects.
    The United States Agency for International Development (USAID) Mexico Mission has issued Request for Proposals (RFP) No. 72052324R00002, aimed at enhancing local police and civic court capacities over a five-year period. This initiative focuses on reducing crime and violence in Mexico through innovative civic justice and evidence-driven policing strategies, involving collaboration with civil society and educational institutions. The anticipated contract, valued at approximately $20 million, will be awarded exclusively to local Mexican entities, including nonprofit organizations and institutions of higher learning. The selection process consists of two phases, with a focus on realistic and reasonable cost proposals evaluated as part of a best value determination. The RFP outlines stringent proposal submission guidelines, including the requirement for offers to remain valid for a minimum of 180 days. Proposals must meet specific content and formatting criteria to be deemed acceptable, and all amendments to the solicitation will be communicated through the System for Award Management (SAM) website. USAID emphasizes the need for adherence to their branding and marking policies in all communications and project documentation to ensure visibility of the assistance provided by the U.S. Government. The expectations for deliverables and performance monitoring are clearly defined, highlighting the importance of quality assurance and collaboration between the contractor and USAID throughout the contract's duration.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Justification and Approval for Other than Full and Open Competition (J&A)
    Active
    Agency For International Development
    The US Agency for International Development (USAID) seeks a $10 million contract to justify and approve restricting competition for enhancing the Peruvian government's counternarcotics policies to local entities only. This five-year project aims to improve sustainability by focusing on management systems, IT enhancements, coordination, and citizen oversight. USAID aims to foster local ownership among eligible local organizations. USAID aims to support the Peruvian government's efforts to combat increasing coca cultivation by engaging local experts. The procurement process will evaluate organizations based on their technical expertise and cost effectiveness, prioritizing local involvement. Interested parties should direct any questions to Andre-Guy Soh at asoh@usaid.gov until September 30, 2024, and refer to JA+24-010+Peru.pdf for more details. This contract supports USAID's localization policy and advances its objectives in Peru.
    Chemical Diversion and Synthetic Drug Training Coordinator
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified U.S. citizens to fill the position of Chemical Diversion and Synthetic Drug Training Coordinator under a personal services contract in Mexico City, Mexico. The selected contractor will be responsible for developing and coordinating training programs aimed at enhancing the capabilities of Mexican government agencies to combat the diversion of synthetic drug precursor chemicals and improve law enforcement efforts against illicit drug manufacturing. This role is critical in supporting U.S. foreign policy initiatives and fostering international cooperation in counternarcotics efforts. Interested applicants must submit their proposals, including a completed SF-171 form, resume, evaluation factor responses, and professional references by September 24, 2024, at 3:00 PM ET, to Dominique Chittum at chittumda@state.gov. The position offers a salary range of $99,700 to $146,413, with a contract period of twelve months and the possibility of four one-year extensions.
    U.S. Embassy Mexico—International Narcotics & Law Enforcement Affairs (INL Mexico) Integrated Services for Receiving, Warehousing Facilities & Related Services, Customs Brokerage, and Transportation Services
    Active
    State, Department Of
    The Department of State, through the U.S. Embassy in Mexico, is seeking information from vendors regarding integrated services for receiving, warehousing, customs brokerage, and transportation related to equipment donations to Mexico. The objective is to gather insights on best practices and innovative solutions to enhance service efficiency, validate the current warehouse service model, and potentially develop a new framework that addresses the unique operational challenges faced in both the U.S. and Mexico. This initiative is crucial for streamlining deliveries, minimizing import taxes, and modernizing logistical operations in support of the International Narcotics & Law Enforcement Affairs (INL Mexico). Interested parties must submit their capability statements and responses to specific questions via email by October 31, 2024, to Eric R Modrak at ModrakER@state.gov. This Request for Information (RFI) does not constitute a formal solicitation for proposals or quotes and is intended solely for planning purposes.
    MEX-VENUE IN MERIDA (P)
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is preparing to solicit proposals for venue services in Merida, Yucatán, Mexico, for a four-day event scheduled from December 2 to December 6, 2024. The selected contractor will be responsible for providing lodging, conference room rentals, and audiovisual equipment, as well as obtaining necessary local permits and licenses to ensure compliance with local standards. This procurement is crucial for facilitating the event's logistics and ensuring a professional environment for attendees. Interested offerors must be registered in the System for Award Management (SAM) and meet specific qualifications, including financial responsibility and relevant experience. For further inquiries, potential bidders can contact John P. Harris or Pamela A. Amador via the provided email addresses.
    Communications and Outreach Support Activity
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID) is seeking proposals for a "Communications and Outreach Support Activity" aimed at enhancing public awareness of USAID programs in North Macedonia. The contractor will be responsible for providing high-quality analytics, developing strategic communication campaigns, engaging with media, and producing outreach materials to effectively communicate the impacts of USAID initiatives. This opportunity is critical for improving the visibility and effectiveness of USAID's efforts in the region, particularly in fostering informed citizen engagement. The contract, estimated at up to $500,000 over five years, requires proposals to be submitted by October 21, 2024, with mandatory pre-proposal conference attendance and adherence to USAID branding standards. Interested parties can contact Rade Knezevic at rknezevic@usaid.gov or Florentin Emini at femini@usaid.gov for further information.
    Reupholstering & Furniture Restoration Services
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is seeking a qualified contractor to provide Reupholstering and Furniture Restoration Services for existing furniture. The objective of this procurement is to repair and restore furniture, thereby extending its useful life and reducing costs associated with disposal and replacement. This project typically involves reupholstering chairs, sofas, and loveseats, as well as restoring non-upholstered furniture by repairing surfaces and structural components. Interested contractors must be registered in the SAM database and meet specific qualifications, including technical expertise and financial responsibility. For further inquiries, potential bidders can contact John P. Harris or Elyant Fontes via the provided email addresses, with the solicitation details to be posted on SAM.gov in the near future.
    Communications Support Platform
    Active
    Agency For International Development
    The U.S. Agency for International Development (USAID/Peru) is seeking proposals from qualified local entities in Peru for a Communications Support Platform under Request for Proposals (RFP) No. 72052724R00005. The objective of this procurement is to provide rapid and flexible public outreach and communications services that will enhance USAID's effectiveness and presence in the region, including marketing, research, analytics, and media production. This initiative is crucial for increasing awareness of USAID’s initiatives and improving public engagement, aligning with broader U.S. foreign policy goals in Peru. The anticipated contract has a total estimated value of approximately $5 million, covering one base year with three option years, and proposals are due by October 7, 2024. Interested parties can direct inquiries to Lima Solicitations at limasolicitations@usaid.gov, with a pre-solicitation conference scheduled for September 17, 2024.
    Spaces remodeling and roof repair at ILEA.
    Active
    State, Department Of
    The U.S. Embassy in San Salvador is seeking qualified contractors to submit quotes for remodeling spaces and repairing the roof of the forensic building at the International Law Enforcement Academy (ILEA) in El Salvador. The project requires contractors to provide detailed proposals that comply with the solicitation documents, including proof of registration in the System for Award Management (SAM) and attendance at a mandatory site visit scheduled for September 11, 2024. The contract will be awarded to the lowest priced, responsible bidder, with work expected to commence within 15 days of the notice to proceed and to be completed within 120 days, adhering to strict inspection and acceptance criteria. Interested parties must submit their proposals electronically by September 25, 2024, at 4:00 PM local time, and can direct inquiries to Ana Beatriz Coto at CotoAB@state.gov.
    MEX-GYM ANNUAL MEMBERSHIP SERVICE (S)
    Active
    State, Department Of
    The U.S. Embassy in Mexico City is seeking a qualified vendor to provide gym membership services for 21 attendees over a 12-month period, from October 15, 2024, to October 14, 2025. The selected contractor will ensure access to multiple gyms within specified neighborhoods in Mexico City, offering a comprehensive range of fitness facilities and services, including gym equipment, group classes, swimming pools, personal training, spa facilities, childcare, and nutrition counseling. This procurement is essential for supporting the health and wellness of embassy staff, and interested vendors must submit their quotations by October 2, 2024, with questions directed to Pamela Amador by September 25, 2024. For further details, vendors are encouraged to contact John P. Harris at MexicoCityGSOSolicitations@groups.state.gov.
    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.