Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2002 FBO #0307
SOURCES SOUGHT

R -- BASICS II - Basic Support for Institiutionalizing Child Survival

Notice Date
10/3/2002
 
Notice Type
Sources Sought
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
Reference-Number-HRN-C-00-99-00007-00
 
Point of Contact
Georgia Fuller, Sr. Contract Specialist, Phone 202-712-0551, Fax 202-216-3132, - Mark Walther, Supervisory Contract Specialist, Phone 202-712-5719, Fax 202-216-3396,
 
E-Mail Address
gfuller@usaid.gov, mwalther@usaid.gov
 
Description
USAID is planning to modify the BASICS II contract (HRN-C-00-99-00007-00) with a consortium administered by the Partnership for Child Health Care, Inc. to increase the ceiling from the current total of $78,719,601 by up to $23,000,000 for a new ceiling of $101,719,601. BASICS II is designed to provide technical expertise to GH/HN, USAID Bureaus and field Missions, to inform and influence global policy and program directions in key areas of child survival --- immunization, integrated approaches to child health, peri/neonatal health, and nutrition. The validity period of this contract is June 15, 1999 to June 15, 2004. The purpose of the $23 million ceiling increase is to enable the contractor to complete activities that were part of the original scope of work of the contract but that could not be carried out as scheduled under the original contract dollar ceiling after BASICS II was tasked with additional priority work using $23 million of Congressionally-mandated funding for Malaria and Infectious Diseases and Polio Eradication under the Global AIDS and Tuberculosis Relief Act of FY 2000 and in conjunction with the FY 2001 Foreign Operations, Export Financing, and Related Programs Appropriations Act. This ongoing Congressional mandate is being implemented by the USAID Administrator's HIV/AIDS and Infectious Disease Initiatives which authorizes other than full and open competitive procurement to expedite specific activities. The higher ceiling will allow BASICS to: 1) complete year-five, on-going Child Survival, Polio, Malaria and Infectious Disease, and Micronutrient activities in the DR Congo, El Salvador, Ghana, Guinea, Honduras, India, Mali, Nigeria, Senegal, Uganda and Zambia; 2) support on-going Child Survival, Malaria and Infectious Diseases, and Polio activities in the Global Health and African Regional Bureaus and 3) support on-going Child Survival activities of the LAC and ANE Bureaus. Because BASICS II is a performance-based contract, it is essential that this work be completed to give the U.S. Government the results anticipated. See Note: 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: 25. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. NAICS: 541.
 
Place of Performance
Address: Worldwide
 
Record
SN00181458-W 20021005/021003213046 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.