

Currently released so far... 51122 / 251,287
Articles
Brazil
Sri Lanka
United Kingdom
Sweden
00. Editorial
United States
Latin America
Egypt
Jordan
Yemen
Thailand
Browse latest releases
2010/12/01
2010/12/02
2010/12/03
2010/12/04
2010/12/05
2010/12/06
2010/12/07
2010/12/08
2010/12/09
2010/12/10
2010/12/11
2010/12/12
2010/12/13
2010/12/14
2010/12/15
2010/12/16
2010/12/17
2010/12/18
2010/12/19
2010/12/20
2010/12/21
2010/12/22
2010/12/23
2010/12/24
2010/12/25
2010/12/26
2010/12/27
2010/12/28
2010/12/29
2010/12/30
2011/01/01
2011/01/02
2011/01/04
2011/01/05
2011/01/07
2011/01/09
2011/01/11
2011/01/12
2011/01/13
2011/01/14
2011/01/15
2011/01/16
2011/01/17
2011/01/18
2011/01/19
2011/01/20
2011/01/21
2011/01/22
2011/01/23
2011/01/24
2011/01/25
2011/01/26
2011/01/27
2011/01/28
2011/01/29
2011/01/30
2011/01/31
2011/02/01
2011/02/02
2011/02/03
2011/02/04
2011/02/05
2011/02/06
2011/02/07
2011/02/08
2011/02/09
2011/02/10
2011/02/11
2011/02/12
2011/02/13
2011/02/14
2011/02/15
2011/02/16
2011/02/17
2011/02/18
2011/02/19
2011/02/20
2011/02/21
2011/02/22
2011/02/23
2011/02/24
2011/02/25
2011/02/26
2011/02/27
2011/02/28
2011/03/01
2011/03/02
2011/03/03
2011/03/04
2011/03/05
2011/03/06
2011/03/07
2011/03/08
2011/03/09
2011/03/10
2011/03/11
2011/03/13
2011/03/14
2011/03/15
2011/03/16
2011/03/17
2011/03/18
2011/03/19
2011/03/20
2011/03/21
2011/03/22
2011/03/23
2011/03/24
2011/03/25
2011/03/26
2011/03/27
2011/03/28
2011/03/29
2011/03/30
2011/03/31
2011/04/01
2011/04/02
2011/04/03
2011/04/04
2011/04/05
2011/04/06
2011/04/07
2011/04/08
2011/04/09
2011/04/10
2011/04/11
2011/04/12
2011/04/13
2011/04/14
2011/04/15
2011/04/16
2011/04/17
2011/04/18
2011/04/19
2011/04/20
2011/04/21
2011/04/22
2011/04/23
2011/04/24
2011/04/25
2011/04/26
2011/04/27
2011/04/28
2011/04/29
2011/04/30
2011/05/01
2011/05/02
2011/05/03
2011/05/04
2011/05/05
2011/05/06
2011/05/07
2011/05/08
2011/05/09
2011/05/10
2011/05/11
2011/05/12
2011/05/13
2011/05/14
2011/05/15
2011/05/16
2011/05/17
2011/05/18
2011/05/19
2011/05/20
2011/05/21
2011/05/22
2011/05/23
2011/05/24
2011/05/25
2011/05/26
2011/05/27
2011/05/28
2011/05/29
2011/05/30
2011/05/31
2011/06/01
2011/06/02
2011/06/03
2011/06/04
2011/06/05
2011/06/06
2011/06/07
2011/06/08
2011/06/09
2011/06/10
2011/06/11
2011/06/12
2011/06/13
2011/06/14
2011/06/15
2011/06/16
2011/06/17
2011/06/18
2011/06/19
2011/06/20
2011/06/21
2011/06/22
2011/06/23
2011/06/24
2011/06/25
2011/06/26
2011/06/27
2011/06/28
2011/06/29
2011/06/30
2011/07/01
2011/07/02
2011/07/04
2011/07/05
2011/07/06
2011/07/07
2011/07/08
2011/07/10
2011/07/11
2011/07/12
2011/07/13
2011/07/14
2011/07/15
2011/07/16
2011/07/17
2011/07/18
2011/07/19
2011/07/20
2011/07/21
2011/07/22
2011/07/23
2011/07/25
2011/07/27
2011/07/28
2011/07/29
2011/07/31
2011/08/01
2011/08/02
2011/08/03
2011/08/05
2011/08/06
2011/08/07
2011/08/08
2011/08/09
2011/08/10
2011/08/11
2011/08/12
2011/08/13
2011/08/15
2011/08/16
2011/08/17
2011/08/18
2011/08/19
2011/08/21
2011/08/22
2011/08/23
2011/08/24
Browse by creation date
Browse by origin
Embassy Athens
Embassy Asuncion
Embassy Astana
Embassy Asmara
Embassy Ashgabat
Embassy Apia
Embassy Antananarivo
Embassy Ankara
Embassy Amman
Embassy Algiers
Embassy Addis Ababa
Embassy Accra
Embassy Abuja
Embassy Abu Dhabi
Embassy Abidjan
Consulate Auckland
Consulate Amsterdam
Consulate Alexandria
Consulate Adana
American Institute Taiwan, Taipei
Embasy Bonn
Embassy Bujumbura
Embassy Buenos Aires
Embassy Budapest
Embassy Bucharest
Embassy Brussels
Embassy Bridgetown
Embassy Brazzaville
Embassy Bratislava
Embassy Brasilia
Embassy Bogota
Embassy Bishkek
Embassy Bern
Embassy Berlin
Embassy Belmopan
Embassy Belgrade
Embassy Beirut
Embassy Beijing
Embassy Banjul
Embassy Bangui
Embassy Bangkok
Embassy Bandar Seri Begawan
Embassy Bamako
Embassy Baku
Embassy Baghdad
Consulate Belfast
Consulate Barcelona
Embassy Cotonou
Embassy Copenhagen
Embassy Conakry
Embassy Colombo
Embassy Chisinau
Embassy Caracas
Embassy Canberra
Embassy Cairo
Consulate Curacao
Consulate Ciudad Juarez
Consulate Chiang Mai
Consulate Chennai
Consulate Chengdu
Consulate Casablanca
Consulate Cape Town
Consulate Calgary
Embassy Dushanbe
Embassy Dublin
Embassy Doha
Embassy Djibouti
Embassy Dili
Embassy Dhaka
Embassy Dar Es Salaam
Embassy Damascus
Embassy Dakar
DIR FSINFATC
Consulate Dusseldorf
Consulate Durban
Consulate Dubai
Consulate Dhahran
Embassy Guatemala
Embassy Grenada
Embassy Georgetown
Embassy Gaborone
Consulate Guayaquil
Consulate Guangzhou
Consulate Guadalajara
Embassy Helsinki
Embassy Harare
Embassy Hanoi
Consulate Hong Kong
Consulate Ho Chi Minh City
Consulate Hermosillo
Consulate Hamilton
Consulate Hamburg
Consulate Halifax
Embassy Kyiv
Embassy Kuwait
Embassy Kuala Lumpur
Embassy Kolonia
Embassy Kinshasa
Embassy Kingston
Embassy Kigali
Embassy Khartoum
Embassy Kathmandu
Embassy Kampala
Embassy Kabul
Consulate Krakow
Consulate Kolkata
Consulate Karachi
Embassy Luxembourg
Embassy Lusaka
Embassy Luanda
Embassy London
Embassy Lome
Embassy Ljubljana
Embassy Lisbon
Embassy Lima
Embassy Lilongwe
Embassy Libreville
Embassy La Paz
Consulate Leipzig
Consulate Lahore
Consulate Lagos
Mission USOSCE
Mission USNATO
Mission UNESCO
Mission Geneva
Embassy Muscat
Embassy Moscow
Embassy Montevideo
Embassy Monrovia
Embassy Mogadishu
Embassy Minsk
Embassy Mexico
Embassy Mbabane
Embassy Maseru
Embassy Maputo
Embassy Manila
Embassy Manama
Embassy Managua
Embassy Malabo
Embassy Madrid
Consulate Munich
Consulate Mumbai
Consulate Montreal
Consulate Monterrey
Consulate Milan
Consulate Merida
Consulate Melbourne
Consulate Matamoros
Consulate Marseille
Embassy Nouakchott
Embassy Nicosia
Embassy Niamey
Embassy New Delhi
Embassy Ndjamena
Embassy Nassau
Embassy Nairobi
Consulate Nuevo Laredo
Consulate Naples
Consulate Naha
Consulate Nagoya
Embassy Pristina
Embassy Pretoria
Embassy Praia
Embassy Prague
Embassy Port Of Spain
Embassy Port Moresby
Embassy Port Louis
Embassy Port Au Prince
Embassy Podgorica
Embassy Phnom Penh
Embassy Paris
Embassy Paramaribo
Embassy Panama
Consulate Peshawar
REO Hillah
REO Basrah
Embassy Rome
Embassy Riyadh
Embassy Riga
Embassy Reykjavik
Embassy Rangoon
Embassy Rabat
Consulate Rio De Janeiro
Consulate Recife
Secretary of State
Embassy Suva
Embassy Stockholm
Embassy Sofia
Embassy Skopje
Embassy Singapore
Embassy Seoul
Embassy Sarajevo
Embassy Santo Domingo
Embassy Santiago
Embassy Sanaa
Embassy San Salvador
Embassy San Jose
Consulate Surabaya
Consulate Strasbourg
Consulate St Petersburg
Consulate Shenyang
Consulate Shanghai
Consulate Sapporo
Consulate Sao Paulo
Embassy Tunis
Embassy Tripoli
Embassy Tokyo
Embassy Tirana
Embassy The Hague
Embassy Tel Aviv
Embassy Tehran
Embassy Tegucigalpa
Embassy Tbilisi
Embassy Tashkent
Embassy Tallinn
Consulate Toronto
Consulate Tijuana
Consulate Thessaloniki
USUN New York
USMISSION USTR GENEVA
USEU Brussels
US Office Almaty
US Mission Geneva
US Mission CD Geneva
US Interests Section Havana
US Delegation, Secretary
UNVIE
UN Rome
Embassy Ulaanbaatar
Embassy Vilnius
Embassy Vientiane
Embassy Vienna
Embassy Vatican
Embassy Valletta
Consulate Vladivostok
Consulate Vancouver
Browse by tag
AMGT
ASEC
AEMR
AR
APECO
AU
AORC
ADANA
AJ
AF
AFIN
AMED
AS
AM
ABLD
AFFAIRS
AMB
APER
ACOA
AND
AA
AE
AADP
AID
AO
AL
AG
AORD
ADM
AINF
AINT
ASEAN
AORG
ABT
APEC
AY
ASUP
ARF
AGOA
AVIAN
ATRN
ANET
AGIT
ASECVE
ABUD
AODE
ALOW
ADB
AN
ADPM
ASPA
ARABL
AFSN
AZ
AC
AIAG
AFSI
ASCE
ASIG
ACABQ
ADIP
AFGHANISTAN
AROC
ADCO
ACOTA
ANARCHISTS
AMEDCASCKFLO
AK
ARABBL
ASCH
ANTITERRORISM
AGRICULTURE
AOCR
ARR
ASSEMBLY
AORCYM
AFPK
ACKM
AGMT
AEC
APRC
AIN
AFPREL
ASFC
ASECTH
AFSA
AINR
AOPC
AFAF
AFARI
AX
ASECAF
ASECAFIN
AT
AFZAL
APCS
AGAO
AIT
ARCH
AEMRASECCASCKFLOMARRPRELPINRAMGTJMXL
AMEX
ARM
AQ
ATFN
AMBASSADOR
AORCD
AVIATION
ARAS
AINFCY
ACBAQ
AOPR
AREP
AOIC
ASEX
ASEK
AER
AGR
AMCT
AVERY
APR
AEMRS
AFU
AMG
ATPDEA
ASECKFRDCVISKIRFPHUMSMIGEG
AORL
ACS
AMCHAMS
AECL
AUC
ACAO
BA
BR
BB
BG
BEXP
BY
BRUSSELS
BU
BD
BTIO
BK
BL
BE
BMGT
BO
BM
BX
BN
BWC
BBSR
BTT
BC
BH
BILAT
BUSH
BHUM
BT
BTC
BMENA
BOND
BAIO
BP
BF
BRPA
BURNS
BUT
BBG
BCW
BOEHNER
BOL
BASHAR
BIDEN
BFIN
BZ
BEXPC
BTIU
CPAS
CA
CASC
CS
CBW
CIDA
CO
CODEL
CI
CROS
CU
CH
CWC
CMGT
CVIS
CDG
CTR
CG
CF
CHIEF
CJAN
CBSA
CE
CY
CB
CW
CM
CHR
CD
COE
CV
COUNTER
CT
CN
CPUOS
CTERR
CVR
CVPR
CDC
COUNTRY
CLEARANCE
CONS
COM
CACS
CR
CONTROLS
CAN
CACM
COMMERCE
CAMBODIA
CFIS
COUNTERTERRORISM
CITES
CONDOLEEZZA
CZ
CTBT
CEN
CLINTON
CFED
CARC
CTM
CARICOM
CSW
CICTE
CYPRUS
CBE
CMGMT
CARSON
CWCM
CIVS
COUNTRYCLEARANCE
CENTCOM
CAPC
COPUOS
CKGR
CITEL
CQ
CITT
CIC
CARIB
CVIC
CAFTA
CVISU
CDB
CEDAW
CNC
CJUS
COMMAND
CENTER
COL
CAJC
CONSULAR
CLMT
CBC
CIA
CNARC
CIS
CEUDA
CHINA
CAC
CL
DR
DJ
DEMOCRATIC
DEMARCHE
DOMESTIC
DISENGAGEMENT
DB
DA
DHS
DAO
DCM
DAVID
DO
DEAX
DEFENSE
DEA
DTRO
DPRK
DOC
DTRA
DK
DAC
DOD
DRL
DRC
DCG
DE
DOT
DEPT
DOE
DS
DKEM
ECON
ETTC
EFIS
ETRD
EC
EMIN
EAGR
EAID
EFIN
EUN
ECIN
EG
EWWT
EINV
ENRG
ELAB
EPET
EIND
EN
EAIR
EUMEM
ECPS
ES
EI
ELTN
ET
EZ
EU
ER
EINT
ENGR
ECONOMIC
ENIV
EFTA
ETRN
EMS
EUREM
EPA
ESTH
EEB
EET
ENV
EAG
EXIM
ECTRD
ELNT
ENVIRONMENT
ECA
EAP
EINDIR
ETR
ECONOMY
ETRC
ELECTIONS
EICN
EXPORT
EARG
EGHG
EID
ETRO
EINF
EAIDHO
ECIP
EENV
EURM
EPEC
ERNG
ENERG
EIAD
EXBS
ED
EREL
ELAM
EK
EWT
ENGRD
EDEV
ECE
ENGY
EXIMOPIC
ETRDEC
ECCT
EUR
ENRGPARMOTRASENVKGHGPGOVECONTSPLEAID
EFI
ECOSOC
EXTERNAL
ESCAP
ETCC
EENG
ERA
ENRD
ECLAC
ETRAD
EBRD
ENVR
ECONENRG
ELTNSNAR
ELAP
EPIT
EDUC
EAIDXMXAXBXFFR
EETC
EIVN
EDRC
EGOV
ETRA
EAIDRW
ETRDEINVECINPGOVCS
ESA
ETRDGK
ENVI
ELN
EPRT
EPTED
ERTD
EUM
EAIDS
EFINECONEAIDUNGAGM
EDU
EV
EAIDAF
EDA
EPREL
EINVEFIN
EAGER
ETMIN
EUCOM
ECCP
EIDN
EINVKSCA
ENNP
EFINECONCS
ETC
EAIRASECCASCID
EINN
ETRP
ECONOMICS
ENERGY
EIAR
EINDETRD
ECONEFIN
EURN
ETRDEINVTINTCS
EFIM
ETIO
EATO
EIPR
EINVETC
ETTD
ETDR
EIQ
ECONCS
ENRGIZ
EAIG
ENTG
EUC
ERD
EINVECONSENVCSJA
EEPET
EUNCH
ESENV
ECINECONCS
ETRDECONWTOCS
ECUN
FR
FI
FOREIGN
FARM
FIR
FAO
FK
FARC
FAS
FJ
FREEDOM
FAC
FINANCE
FBI
FTAA
FM
FCS
FAA
FORCE
FDA
FTA
FT
FCSC
FMGT
FINR
FIN
FDIC
FOR
FOI
FO
FMLN
FISO
GM
GERARD
GT
GA
GG
GR
GTIP
GH
GZ
GE
GB
GY
GAZA
GJ
GEORGE
GOI
GCC
GMUS
GI
GLOBAL
GV
GC
GL
GOV
GKGIC
GF
GWI
GIPNC
GUTIERREZ
GTMO
GANGS
GAERC
GUILLERMO
GASPAR
HR
HA
HYMPSK
HO
HK
HUMAN
HU
HN
HHS
HURI
HUD
HUMRIT
HUMANITARIAN
HUMANR
HL
HSTC
HILLARY
HCOPIL
HADLEY
HOURANI
HI
HUM
HEBRON
HUMOR
IZ
IN
IAEA
IS
IMO
ILO
IR
IC
IT
ITU
ID
IV
IMF
IBRD
IWC
ICAO
ICRC
INF
IO
IPR
ISO
IK
ISRAELI
IQ
ICES
IDB
INFLUENZA
IRAQI
ISCON
IGAD
IRAN
ITALY
IRAQ
ICTY
ICTR
ITPGOV
ITALIAN
IQNV
IADB
INTERNAL
INMARSAT
IRDB
ILC
INCB
INRB
ICJ
ISRAEL
INR
IEA
ISPA
ICCAT
IOM
ITRD
IHO
IL
IFAD
ITRA
IDLI
ISCA
INL
INRA
INTELSAT
ISAF
ISPL
IRS
IEF
ITER
INDO
IIP
IND
IEFIN
IACI
IAHRC
INNP
IA
INTERPOL
IFIN
ISSUES
IZPREL
IRAJ
IF
ITPHUM
ITA
IP
IRPE
IDA
ISLAMISTS
ITF
INRO
IBET
IDP
IRC
KMDR
KPAO
KOMC
KNNP
KFLO
KDEM
KSUM
KIPR
KFLU
KE
KCRM
KJUS
KAWC
KZ
KSCA
KDRG
KCOR
KGHG
KPAL
KTIP
KMCA
KCRS
KPKO
KOLY
KRVC
KVPR
KG
KWBG
KTER
KS
KN
KSPR
KWMN
KV
KTFN
KFRD
KU
KSTC
KSTH
KISL
KGIC
KSEP
KFIN
KTEX
KTIA
KUNR
KCMR
KCIP
KMOC
KTDB
KBIO
KBCT
KMPI
KSAF
KACT
KFEM
KPRV
KPWR
KIRC
KCFE
KRIM
KHIV
KHLS
KVIR
KNNNP
KCEM
KLIG
KIRF
KNUP
KSAC
KNUC
KPGOV
KTDD
KIDE
KOMS
KLFU
KNNC
KMFO
KSEO
KJRE
KJUST
KMRS
KSRE
KGIT
KPIR
KPOA
KUWAIT
KIVP
KICC
KSCS
KPOL
KSEAO
KRCM
KSCI
KNAP
KGLB
KICA
KCUL
KPRM
KFSC
KQ
KPOP
KPFO
KPALAOIS
KREC
KBWG
KR
KTTB
KNAR
KCOM
KESS
KINR
KOCI
KWN
KCSY
KREL
KTBT
KFTN
KW
KRFD
KFLOA
KHDP
KNEP
KIND
KHUM
KSKN
KOMO
KDRL
KTFIN
KSOC
KPO
KGIV
KSTCPL
KSI
KPRP
KFPC
KNNB
KNDP
KICCPUR
KFRDCVISCMGTCASCKOCIASECPHUMSMIGEG
KDMR
KFCE
KIMMITT
KMCC
KMNP
KSEC
KOMCSG
KGCC
KRAD
KCRP
KAUST
KWAWC
KCHG
KRDP
KPAS
KTIAPARM
KPAOPREL
KWGB
KIRP
KMIG
KLAB
KSEI
KHSA
KNPP
KPAONZ
KWWW
KGHA
KY
KCRIM
KCRCM
KGCN
KPLS
KIIP
KPAOY
KTRD
KTAO
KJU
KBTS
KWAC
KFIU
KNNO
KPAI
KILS
KPA
KRCS
KWBGSY
KNPPIS
KNNPMNUC
KNPT
KERG
KLTN
KPREL
KTLA
KO
KAWK
KVRP
KAID
KX
KENV
KWCI
KNPR
KCFC
KNEI
KFTFN
KTFM
KCERS
KDEMAF
KMEPI
KEMS
KBTR
KEDU
KIRL
KNNR
KMPT
KPDD
KPIN
KDEV
KFRP
KTBD
KMSG
KWWMN
KWBC
KA
KOM
KWNM
KFRDKIRFCVISCMGTKOCIASECPHUMSMIGEG
KRGY
KNNF
KICR
KIFR
KWMNCS
KPAK
KDDG
KCGC
KID
KNSD
KMPF
KWMM
MARR
MX
MASS
MOPS
MNUC
MCAP
MTCRE
MRCRE
MTRE
MASC
MY
MK
MG
MU
MILI
MO
MZ
MEPP
MCC
MEDIA
MOPPS
MI
MAS
MW
MP
MEPN
MV
MD
MR
MC
MCA
MT
MIL
MARITIME
MOPSGRPARM
MAAR
MOOPS
ML
MA
MN
MNUCPTEREZ
MTCR
MUNC
MPOS
MONUC
MGMT
MURRAY
MACP
MINUSTAH
MCCONNELL
MGT
MNUR
MF
MEPI
MOHAMMAD
MAR
MAPP
MNU
MFA
MTS
MLS
MEETINGS
MERCOSUR
MED
MNVC
MIK
MBM
MILITARY
MAPS
MARAD
MDC
MACEDONIA
MASSMNUC
MUCN
MQADHAFI
MPS
NZ
NATO
NI
NO
NU
NG
NL
NPT
NS
NA
NP
NASA
NSF
NEA
NANCY
NSG
NRR
NATIONAL
NMNUC
NC
NSC
NAS
NARC
NELSON
NATEU
NDP
NIH
NK
NIPP
NR
NERG
NSSP
NE
NTDB
NT
NEGROPONTE
NGO
NATOIRAQ
NAR
NZUS
NCCC
NH
NAFTA
NEW
NRG
NUIN
NOVO
NATOPREL
NV
NICHOLAS
NPA
NSFO
NW
NORAD
NPG
NOAA
OPRC
OPDC
OTRA
OECD
OVIP
OREP
ODC
OIIP
OAS
OSCE
OPIC
OMS
OFDP
OFDA
OEXC
OPCW
OIE
OSCI
OM
OPAD
ODPC
OIC
ODIP
OPPI
ORA
OCEA
OREG
OMIG
OFFICIALS
OSAC
OEXP
OPEC
OFPD
OAU
OCII
OIL
OVIPPRELUNGANU
OSHA
OPCD
OPCR
OF
OFDPQIS
OSIC
OHUM
OTR
OBSP
OGAC
OESC
OVP
ON
OES
OTAR
OCS
PREL
PGOV
PARM
PINR
PHUM
PM
PREF
PTER
PK
PINS
PBIO
PHSA
PE
PBTS
PA
PL
POL
PAK
POV
POLITICS
POLICY
PO
PRELTBIOBA
PKO
PIN
PNAT
PU
PGOVPREL
PALESTINIAN
PTERPGOV
PELOSI
PAS
PP
PTEL
PROP
PRELAF
PRHUM
PRE
PUNE
PIRF
PVOV
PROG
PERSONS
PROV
PKK
PRGOV
PH
PLAB
PDEM
PCI
PRL
PRM
PINSO
PERM
PETR
PPAO
PERL
PBS
PETERS
PRELBR
PCON
POLITICAL
PMIL
POLM
PKPA
PNUM
PLO
PTERM
PJUS
PARMP
PNIR
PHUMKPAL
PG
PREZ
PGIC
PAO
PROTECTION
PRELPK
PGOVENRG
PATTY
PSOC
PARTIES
PGOVEAIDUKNOSWGMHUCANLLHFRSPITNZ
PMIG
PAIGH
PARK
PETER
PHUS
PKPO
PGOVECON
POUS
PMAR
PWBG
PAR
PGOVGM
PHUH
PTE
PY
POLUN
PDOV
PGOVSOCI
PGOVPM
PRELEVU
PGOR
PBTSRU
PHUMA
PHUMR
PPD
PGV
PRAM
PARMS
PINL
PSI
PKPAL
PPA
PTERE
PGOF
PINO
PREO
PHAS
PAC
PRESL
PORG
PS
PGVO
PKFK
PSOE
PEPR
PINT
PRELP
PREFA
PNG
PTBS
PFOR
PGOVLO
PHUMBA
PREK
PHJM
POLINT
PGOVE
PHALANAGE
PARTY
PECON
PEACE
PROCESS
PLN
PEDRO
PF
PGPV
PCUL
PGGV
PSA
PGOVSMIGKCRMKWMNPHUMCVISKFRDCA
PGIV
PHUMPREL
POGOV
PEL
PBT
PAMQ
PINF
PSEPC
POSTS
PAHO
PHUMPGOV
PGOC
PNR
RS
RP
RU
RW
RFE
RCMP
RIGHTSPOLMIL
REFORM
RO
ROW
ROBERT
REACTION
REPORT
REGION
RELATIONS
RAY
ROBERTG
RIGHTS
RM
RATIFICATION
RREL
RBI
RICE
ROOD
REL
RODHAM
RGY
RUEHZO
RELIGIOUS
RELFREE
RUEUN
RELAM
RSP
RF
REO
REGIONAL
RUPREL
RI
REMON
RPEL
RSO
SCUL
SENV
SOCI
SZ
SNAR
SO
SP
SU
SY
SI
SMIG
SYR
SA
SW
SF
SR
SYRIA
SNARM
START
SPECIALIST
SG
SNIG
SCI
SGWI
SE
SIPDIS
SANC
SELAB
SN
SETTLEMENTS
SCIENCE
SENVENV
SENS
SPCE
SPAS
SECURITY
SENC
SOCIETY
SOSI
SENVEAGREAIDTBIOECONSOCIXR
SEN
SPECI
ST
SL
SENVCASCEAIDID
SC
SECRETARY
STR
SNA
SOCIS
SADC
SEP
SK
SHUM
SYAI
SMIL
STEPHEN
SNRV
SKCA
SENSITIVE
SECI
SCUD
SCRM
SGNV
SECTOR
SAARC
SENVSXE
SWMN
STEINBERG
SOPN
SOCR
SCRS
SWE
SARS
SNARIZ
SUDAN
SENVQGR
SAN
SM
SFNV
SSA
SPCVIS
SOFA
SCULKPAOECONTU
SENVKGHG
SHI
SEVN
SH
SNARCS
SNARN
SIPRS
TBIO
TW
TRGY
TSPA
TU
TPHY
TI
TX
TH
TIP
TSPL
TNGD
TZ
TS
TC
TK
TURKEY
TERRORISM
TPSL
TINT
TRSY
TERFIN
TPP
TT
TECHNOLOGY
TE
TAGS
TRAFFICKING
TJ
TN
TO
TD
TP
TREATY
TR
TA
TIO
TECH
TF
TRAD
TNDG
TWI
TPSA
TWL
TAUSCHER
TRBY
TL
TV
THPY
TSPAM
TREL
TRT
TNAR
TFIN
TWCH
THOMMA
THOMAS
TERROR
TRY
TBID
UK
UNESCO
UNSC
UNGA
UN
US
UZ
USEU
UG
UP
UNAUS
UNMIK
USTR
UY
USUN
UNEP
UNDC
UV
UNPUOS
UNSCR
USAID
UNODC
UNRCR
UNHCR
UNDP
UNCRIME
UA
UNHRC
UNRWA
UNO
UNCND
UNCHR
USAU
UNICEF
USPS
UNOMIG
UNESCOSCULPRELPHUMKPALCUIRXFVEKV
UR
UNFICYP
UNCITRAL
UNAMA
UNVIE
USTDA
USNC
UNCSD
USCC
UNEF
UNGAPL
USSC
UNMIC
UNTAC
UNCLASSIFIED
USDA
UNCTAD
USGS
UNFPA
UNSE
USOAS
UE
UAE
UNCHS
UNDESCO
UNC
UNSCS
UKXG
UNGACG
UNHR
UNBRO
UNCHC
UNFCYP
UNIDROIT
WHTI
WIPO
WTRO
WHO
WTO
WMO
WFP
WEET
WS
WE
WA
WHA
WBG
WILLIAM
WI
WSIS
WCL
WEBZ
WZ
WW
WWBG
WMD
WWT
WMN
WWARD
WITH
WTRQ
WCO
WEU
WB
WBEG
Browse by classification
Community resources
courage is contagious
Viewing cable 10JAKARTA104, REVIEW OF "THE AMERICAN PLACE" RFP
If you are new to these pages, please read an introduction on the structure of a cable as well as how to discuss them with others. See also the FAQs
Understanding cables
Every cable message consists of three parts:
- The top box shows each cables unique reference number, when and by whom it originally was sent, and what its initial classification was.
- The middle box contains the header information that is associated with the cable. It includes information about the receiver(s) as well as a general subject.
- The bottom box presents the body of the cable. The opening can contain a more specific subject, references to other cables (browse by origin to find them) or additional comment. This is followed by the main contents of the cable: a summary, a collection of specific topics and a comment section.
Discussing cables
If you find meaningful or important information in a cable, please link directly to its unique reference number. Linking to a specific paragraph in the body of a cable is also possible by copying the appropriate link (to be found at theparagraph symbol). Please mark messages for social networking services like Twitter with the hash tags #cablegate and a hash containing the reference ID e.g. #10JAKARTA104.
Reference ID | Created | Released | Classification | Origin |
---|---|---|---|---|
10JAKARTA104 | 2010-01-26 00:22 | 2011-08-24 01:00 | UNCLASSIFIED | Embassy Jakarta |
VZCZCXYZ0000
OO RUEHWEB
DE RUEHJA #0104/01 0260022
ZNR UUUUU ZZH
O 260022Z JAN 10
FM AMEMBASSY JAKARTA
TO SECSTATE WASHDC IMMEDIATE 4339
UNCLAS JAKARTA 000104
SIPDIS
FROM AMBASSADOR HUME TO U/S MCHALE, U/S KENNEDY; U/S BURNS, A/S
CAMPBELL
DEPT. FOR EAP/MTS, EAP/PD, R FOR W.DOUGLAS
NSC FOR D.WALTON
E.O. 12958: N/A
TAGS: AMGT KPAO AFIN ASEC OEXC ABLD ID
SUBJECT: REVIEW OF "THE AMERICAN PLACE" RFP
REF: A) 1/22/10 E-MAIL FROM WHITAKER TO OSIUS AND ANDERSON; B)
JAKARTA 2074
¶1. As follow-up to our January 21, 2010, teleconference, we are
pleased to quickly respond in detail to all of the issues and
concerns raised in ref A's A/LM/AQM report. We believe that this
high priority project must be funded and implemented given the USG's
strategic interest in Indonesia. Breaking new public diplomacy
ground for the 21st century requires flexibility, creativity and a
"whole of government" approach, and we feel our initiative has all
of that. But time is of the essence. We only have until March 15
to sign the contract. With your immediate funding, we will succeed
in time for a possible POTUS visit and create an effective venue
that will support the President's evolving comprehensive partnership
with Indonesia.
¶2. In these interests, Mission has entrusted the procurement to
USAID which has conducted the procurement according to USG legal
requirements. State A/OPE has indicated through AID/W that they are
prepared to execute the MOU necessary for the conclusion of this
procurement. In this regard, Jakarta's answers to all of the
issues/concerns raised by A/LM/AQM follow:
A/LM/AQM/IP (Ann Truitt, 1/9/2010)
(1)Observation: "The problem is, in my opinion, the contracting
methodology, and the specifics of the evaluation scheme are "old
school" and inconsistent, and fail to capture the desired result of
this important new initiative."
Response: The Contracting Officer is provided the authority to
exercise his/her discretion in the selection of the approach
(Federal Acquisition Regulation (FAR) Subparts 15.1 [Source
Selection Processes and Techniques] and 16.1 [Types of Contracts])
which will result in the most effective procurement of a contractual
requirement while providing the greatest incentive for the
contractor to efficiently and economically attain the objectives of
the program. This election in this particular instance was made in
full consultation with the U.S. Embassy and was jointly determined
most appropriate for this initiative. The design of the
Government's requirements was also accomplished in accordance with
FAR Part 11 [Describing Agency Needs] where the Contracting Officer
determined the Government's requirement to be "contractible".
(2)Observation: "The scope is too broad. The RFP combines both
overall concept development, and then the execution of said concept.
This is the classic "having the fox guard(ing) the hen-house"
scenario that rarely results in a good outcome for the Government."
Response: The RFP did per FAR Subpart 15.2 [Requests for Proposals]
appropriately state the Government's requirements with sufficient
detail and clarity for prospective offerors to prepare and submit
compliant and complete proposals as well for the resultant awardee
to satisfactorily perform the contract requirements while meeting
the Government's requirements and providing for appropriate
administration of the contract under FAR Part 42. A pre-proposal
conference was conducted as provided for under FAR Subpart 15.2
[Contract Administration] where the Government made an extensive
effort to review the RFP and make prospective offerors aware of the
nature of the Government's requirement, its content and expected
levels of contract performance as well as the how to complete and
submit a proposals. Amendments were issued subsequent to the
pre-proposal conference per FAR Subpart 15.2 [Requests for
Proposals] to formally record the Government's responses to
questions which arose during the pre-proposal conference and provide
additional information.
The Contracting Officer did not deem the provisions of FAR Subpart
9.5 [Organizational and Consultant Conflicts of Interest] to apply
to this procurement nor USAID's guidance under Contracting
Information Bulletin 99-17 [Organizational Conflict of Interest] as
the design of the requirement and its execution would not lead to
conflicting roles which might create bias in a contractor's judgment
nor provide a competitive advantage. The Contracting Officer's
consideration of the elements prescribed under the applicable
regulatory guidance found that no conflict of interest would arise
in the solicitation of or the performance of the Government's
requirement.
(3)Observation: "the scope includes the disparate skill-sets of
construction/facility fit-out, design of public diplomacy strategy,
and implementation to the detailed level of hiring personnel and
operating the American Place. These disparate areas of expertise
cannot reasonably be expected to be performed by most contracting
firms. The US has several very large and sophisticated firms that
might be able to pull it off, but even that would be a performance
risk."
Response: The Contracting Officer determined adequate market
research was conducted by the U.S. Embassy (FAR Part 10 - Market
Research) which established that adequate qualified sources exist
having the potential capacity and capability (FAR Subpart 9.1 -
Contractor Qualifications) to obtain or to provide the resources
required under the Government's requirements. Attendance at the
pre-proposal conference was comprised of 53 individuals representing
31 firms from throughout Southeast Asia with both local and
expatriate staff. The resultant proposals represented a mix of
local and international firms, to include the United States, which
partnered under their proposals.
Construction and fit-out are not requirements of the RFP; rather,
the requirement is to liaise with the project location's
construction contractor (provided by the location's leaser) and
assist the Government in coordinating and evaluating the leaser's
architect's and construction contractor's execution to assure
compliance with the Government's requirements.
While the RFP requires that, "The Contractor must propose and will
be responsible to successfully execute an overall strategy," the RFP
continues to state that such must, "effectively and innovatively
meet(s) the Program Objectives described in Section II." Section II
of the RFP requires in the contractor's performance that it:
"develop(ing) an innovative concept for the American Place and
subsequently create(ing) the plan for implementation and taking the
necessary steps, in full consultation with the U.S. Embassy in
Jakarta to execute the concept and provide the subsequent day-to-day
management requirements of The American Place, to include ongoing
development of programs and exhibits in conjunction and with the
approval of the U.S. Embassy.
The basic objectives of The American Place are to develop the
U.S.-Indonesian relationship through achievement of the following:
--Improving awareness, changing attitudes, and ultimately improving
the image the Indonesian public has of the United States and the
American people.
--Creating a more accurate understanding of a diverse and vibrant
America for Indonesian communities.
--Reducing skepticism held towards the American people.
--Creating an opportunity for true dialogue through understanding
our audiences and providing opportunities to discuss and learn.
--Promoting U.S. higher education.
--Promoting US technology."
Given such, the contractor will not "design" public diplomacy
strategy.
Finally, the project staff requirements specified in the RFP
(Section C.III.A.5) are considered to be present in the labor
market, accessible, complementary in their application under the
contract, and of a proper mix for the initiative.
(4)Observation: "I note nothing in the document that articulates
that this is a DOS program -- all references, clauses, and terms and
conditions are unique to USAID contracts."
Response: As USAID is acting as the procurement agent for the U.S.
Embassy Jakarta for this initiative under the request of the
Ambassador, this procurement is being conducted in accordance with
the State/USAID Joint Management Council procedures for which State
Cable 75695 clarified that programmatic procurements will be made by
USAID. As such, USAID procurement procedures are applied as well as
USAID procurement guidance as well as those of the Federal
Acquisition Regulation.
This procurement was thus undertaken as a "whole of government"
initiative of the U.S. Embassy Jakarta. The RFP oover letter is
clear in this context starting, "The United States Government, as
represented by th United States Agency for International
Developmnnt (USAID) Mission to Indonesia, is seeking proposl(s,"
while Section B.1 of the RFP states, "that iill serve as the public
face and the public platform for the United States Embassy in
Indonesia... The statement of work included in the RFP (Sectio C)
is replete with clear references to the inita tive being a U.S.
Embassy Jakarta program for which the Embassy's role is distinctly
outlined in the execution, implementation and management of the
program and the resultant contract.
(5)Observation: "a very glaring problem that could easily lead to
an 'impossibility of performance' argument by a contractor is on
page 12, where the contractor is instructed to provide weekly
reports on American Place attendance, 'which must never drop below
1500 per week.' The number of people that visit American Place is
not in the control of the contractor! And yet, it is a prominent
requirement of the RFP. A fine-tooth review of the rest of the
document may yield other such examples."
Response: The Government's requirements were designed with the
knowledge that the venue (location) for the project will be in a
major mall in central Jakarta; a city with a population of over 13
million. The requirement for the number of visits per week was
quantified with this knowledge and of the flow of traffic through
the city's malls. This requirement, thus, was considered consistent
with FAR Subparts 11.1 [Describing Agency Needs] and 11.4 [Delivery
or Performance] as well would be addressed under the provisions of
FAR Subpart 42.3 [Contract Administration] by the Contracting
Officer in concert with the Contracting Officer's Technical
Representative (COTR) as contract performance progresses. This
latter element is emphasized in the RFP, Section III.A.6.
Communications, wherein, "The Contractor must maintain dialogue with
the COTR throughout design and implementation to address and
coordinate the timely resolution of all technical questions before,
during and after implementation."
No further comments are provided on this element in the absence of
the specifics as to the "fine-tooth review."
(6)Observation: "the evaluation scheme is very antiquated--DOS
hasn't used this type of evaluation scheme in years, if ever.
First, on page 49 the cost proposal is included as part of the
"Technical Proposal," which is illogical and violates every
principle of federal contracting there is! It is also "weighted":
tech approach is 30 percent meeting milestones is 25 percent;
corporate "creative" capacity (not sure what that is or how you
would evaluate that) is 15 percent; staff and key personnel is 10
percent; past performance is 10 percent; and cost is 10 percent.
This evaluation scheme is contradictory to the last paragraph in
Section M of the document that says the award will result in "best
value" decision... when you weight cost, it is not/not best value in
contracting terms! And if cost is being weighted, a 10 percent rank
of importance could explain why the proposed winner is 50 percent
over the R budget - at 10 percent, there is little or no incentive
for industry to consider reasonable costing."
Response: The Contracting Officer is provided the authority to
exercise his/her discretion in the identification of the award
evaluation factors (FAR Subpart 15.3 - Source Selection, Evaluation
Factors) for which those included in the RFP were deemed to
represent the elements which are considered key to the source
selection decision (FAR Subpart 15.3 - Source Selection, Evaluation
Factors). This discretion includes the rating method (FAR Subpart
15.3 - Source Selection, Proposal Evaluation).
The weighting of the evaluation factors, however, demonstrated that
factors other than cost are significantly more important than the
source selection based on the request of the U.S. Embassy. Cost and
cost realism, though, were considered an imperative and integral
element of these evaluation factors and thus included as a scored
factor (FAR Subpart 15.4 - Contract Pricing, Proposal Analysis
Techniques).
Given that this procurement is being conducted as a negotiated
procurement under FAR Part 15 [Contracting by Negotiation], the
Government will apply the policies of FAR Subpart 15.4 [Contract
Pricing] for contract pricing as well as those of FAR Subpart 15.3
[Source Selection] for exchanges or discussions (negotiations) which
will result in the best value award.
ELSO (Tim Farrell, 1/10/2010)
(1)Observation: "The RFP has planning, administration, design and
construction services within the SOW. Fit-out of leased space would
fall under construction services. Also, the same firm can't design
then perform the construction."
Response: The RFP does not require the contractor to construct or
fit-out the project's location; this is to be accomplished by the
location leaser's contractor. Additionally, the RFP does not
specify that a registered or licensed architect or engineer is
required to perform the design services. Section C.III.A.2 of the
RFP states:
¶2. Site Evaluation and Fit-Out: Based on the approved Commercial
Plan, the Contractor will evaluate the site identified for The
American Place with respect to scope of work required to implement
the plan. The Contractor will identify and propose an architect or
space planner as a subcontractor to the Contractor to assist in
refining the scope of the project and develop the
construction/fit-out plans which must be approved by the U.S.
Embassy COTR. The Contractor will evaluate and recommend approval
or disapproval of the architect's preliminary work plan and
schedule, and detail and confirm costs according to the budget
strategy envisioned in the Overall Strategy. The Contractor will
coordinate with the landlord of the leased space and oversee the
fit-out of the acquired space and ensure completion according to a
negotiated schedule which is compliant with the contract performance
timeline incorporated herein and the COTR approved Commercial Plan.
The related award evaluation criteria of the RFP states:
¶A. TECHNICAL PROPOSAL
¶1. Technical Approach : (30 points)
Demonstrated sound and logical approach to the preparation for,
execution of and successful management and long term maintenance of
project management programs of a duration and similar nature to that
of The American Place. Demonstrated creativity in the concept for
the physical design and fitting of The American Place as well as the
conduct of programs which will attain the outreach objectives of
this project. Ability to establish a public focal point which will
best serve the interests and goals of the U.S. Embassy in opening
and operating The American Place.
(2)Observation: Section C. II. PROGRAM OBJECTIVES. The Contractor
(also hereinafter referred to as the "Project Manager") will be
charged with designing and implementing the project of The American
Place in Jakarta Indonesia, as well as subsequent administration and
staffing. This will include developing an innovative concept for the
American Place and subsequently creating the plan for implementation
and taking the necessary steps, in full consultation with the U.S.
Embassy in Jakarta to execute the concept and provide the subsequent
day-to-day management requirements of The American Place.
Determining the concept, the design, staffing, and day to day
management appears to have a conflict of interest. Design and
staffing could be proposed in a manner most beneficial to the
contractor. This is also difficult to compute as a fixed-price.
Response: Please refer to Response (2) under A/LM/AQM/IP comments
above.
(3)Observation: CLIN 0001B. Site Fit Out. Contractors are asked to
provide a fixed price for the space fit-out. However, the actual
space to be used is not identified. No specs or standards are
provided for the fit-out. See RFP below:
F.4. PLACE OF PERFORMANCE
The place of performance will be Jakarta, Indonesia and a commercial
location which will be specified following award of the contract.
Response: The pre-proposal conference clarified, and it was
documented in a subsequent amendment to the RFP, that the space for
the venue would be 500 to 700 square meters.
(4) Observation: Section C. The contractor is asked to propose a
budget strategy. The USG should have prepared an Independent
Government Cost Estimate (IGE). See below:
SECTION C: III. "The proposals submitted must effectively and
efficiently achieve all of these objectives and demonstrate the
Contractor's ability to meet the timeline, as well as propose a
budget strategy to meet the ultimate objective of a formal "hard
opening."
Response: The U.S. Embassy has prepared an Independent Government
Cost Estimate (IGCE).
(5) Observation: Section C. Part IV. Contract Performance Timeline.
This needs to be shown in the number of days after award of the
contract. It currently states "Presentation of Commercial Plan on
Sept. 16, 2009." Without knowing the award date this is not
possible. Timeline should have had a line for "Approval of space,"
"Plans by USG," and a "Notice to Proceed."
Response: The American Place initiative was undertaken with the
specific direction to establish an operational program by September
11, 2009, so as to allow the formal opening of the venue in concert
with the POTUS visit which was anticipated in September 2009.
Accordingly, the Contract Performance Timeline was established to
meet this mandate and the sequence of events prescribed in the RFP
as well as emphasized during the pre-proposal conference as outlined
below. USAID committed itself to the award of the contract by
September 11, 2009. (Footnote: USAID was prepared to make the award
on September 11, 2009, as requested.)
--Close of acceptance of proposals, August 18, 2009
--Targeted contract award, September 11, 2009
-- Soft Opening of The American Place, November 1, 2009
-- Hard Opening of The American Place, November 16, 2009
The "Approval of the Space Plan" was an element of the Timeline
prescribed in Section C of the RFP as "Presentation of Commercial
Plan," etc., along with the corresponding completion date. As
indicated above, these and other dates were prescribed in the RFP,
reviewed during the pre-proposal conference, and would have been
committed to under the contract award to meet the POTUS visit date.
These dates included the following contract accomplishments:
--Presentation of Commercial Plan, September 16, 2009
--Submission of Approved Specifications for Required Equipment,
September 18, 2009
--Submission of Proposed Architect or Space Planner Subcontractor,
September 18, 2009
--List of Proposed Staff (Other Than "Key Personnel") Submitted for
Approval, September 21, 2009
--Fit-Out of Space Begins, September 21, 2009
--Submission of Plan for Initial Project Programs and Activities,
September 25, 2009
--Training for Proposed Staff Begins, October 12, 2009
--Soft Opening of American Place, November 1, 2009
--Formal ("Hard") Opening of The American Place, November 16, 2009
As this requirement does not meet the definition of construction
(FAR Subpart 2.1 - Definitions] and, thus, would not be procured as
a construction contract (FAR Part 36 - Construction Contracting), a
"Notice to Proceed" is not required for the contactor to commence
work under the contract; rather, the bilaterally executed contract
award will serve this purpose.
(6)Observation: Section C. Part III. (2). Site Evaluation and
Fit-Out: This part of the SOW requires an architect. A/E services
have a whole set of FAR requirements not addressed in RFP. Don't
see how you can fix-price this work when the contractor is asked to
refine the scope of the project.
"Based on the approved Commercial Plan, the Contractor will evaluate
the site identified for The American Place with respect to scope of
work required to implement the plan. The Contractor will identify
and propose an architect or space planner as a subcontractor to the
Contractor to assist in refining the scope of the project and
develop the construction/fit-out plans which..."
Response: Please refer to Response (1) above.
(7)Observation: Evaluation Factors for Award. The cost proposal is
only given 10 points (10 percent) as an evaluation factor. This is
inconsistent with the award of a firm-fixed-price contract. This is
a FAR 15 solicitation. Evaluation of cost at 10 percent does not
appear to be "Best Value" for USG in accordance with FAR 15.101.
Response: Please refer to Response (6) under A/LM/AQM/IP comments
above.
(8)Observation: L.10 Instructions for Preparation of the Cost
Proposal. A cost proposal format should have been included for the
offerors. Firms are asked to propose prices in accordance with
Section B. A detailed cost proposal format should have been
required. Not sure how you can compare offerors cost proposals if
there is not a format used by all offerors.
Response: The Contracting Officer deemed that Section L.10 of the
RFP provided sufficient specific directions (per FAR Subpart 15.2.
Solicitation and Receipt of Proposals, Requests for Proposals) as to
the offerors' preparation of cost proposals to permit the
evaluation, to wit:
"(a) The Offeror's cost proposal must address all aspects of the
contract's scope of work and be presented according to the Contract
Line Items specified in Section B of this solicitation. Within the
Offeror's presentation, the Offeror will clearly depict those costs
related to the categories of: start-up/capital expenses, development
of equipment and technology needs, and ongoing administrative
expenses (salaries, infrastructure, etc.). Proposed salaries for
staff must be broken down into categories of personnel, including:
Home Office Project Administrator (In-Country), Site Manager, Site
Assistant Manager, Full Time Staff, AV/Computer Staff, Cleaning and
Security Staff.
(b) The Offeror's cost proposal is to be supported by information
which will provide sufficient detail so as to allow a complete
analysis of each line item cost. This presentation is to include a
complete breakdown of the cost elements associated with each line
item and those costs associated with any proposed subcontract,
consultancy or sub agreement (provide separate breakdown) for each
year of the Contract."
¶4. Conclusion: Our response to A/LM/AQM's comments indicate that
there is no barrier to moving forward, nor anything that would
impede a proper award contract. With the CR over, now is the time
to approve FY2010 funding for the American Place. Every day of
delay degrades our capacity to produce the best venue and program in
time for a potential launch by the President. The proposal is ready
for Washington's approval and funding. We have secured an extension
until March 15, and, as soon as the Department approves funding, the
contract can be signed and work can begin.