Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 10,2000 PSA#2638

Procurement Office, US Agency for International Development, Regional Economic Development Services Office for East and Southern Afica, Unit 64102-Nairobi, APO AE 09831-4102

R -- CIVIL SOCIETY EXPANSION PROGRAM IN SOMALIA SOL Sol 623-00-A-031 DUE 081700 POC Geral Cashion, REDSO/ESA, Nairobi, Kenya, Tel: 254-862400/254-2-862402, Fax: 254-2-862390, E-mail: gcashion@usaid.gov WEB: http://www.info.usaid.gov/procurement_bus_opp/procurement/announce/cbd, http://www.info.usaid.gov. E-MAIL: http://www.info.usaid.gov, gcashion@usaid.gov. The United States Agency for International Development (USAID) Regional Economic Development Services Office (REDSO) intends to issue a Request for Application (RFA) to support its Delivery of USG Assistance to Non Presence Countries Strategic Objective. USAID/REDSO/Non-Presence Countries/Conflict Office, through the Office of Regional Procurement of REDSO, invites qualified applicants: U.S. PVOS and Not-For-Profit Organizations currently operational in Somalia, to submit applications for a Cooperative Agreement (CA) to implement the program entitled "Somalia Civil Society Expansion." This description precedes a Request for Application (RFA), to be issued no earlier than 15 days from the date of issue of this notice. ACTIVITY PURPOSE: The Cooperative Agreement (CA) will seek to encourage expansion of civil society, increase governance capacity of indigenous organizations and strengthen capacities for peace and economic development through support for Somali civil society organizations in partnerships with local communities and authorities. Support for institutional strengthening remains key to enabling civil society to become strong enough to engage with civil authorities in partnerships promoting local security, rehabilitation and development. The Cooperative Agreement (CA) will work towards civil society expansion, through partnerships with local organizations that manage or promote private sector-led economic activity or social service rehabilitation and provision that includes program income for cost-recovery. ACTIVITY DESCRIPTION: The successful Applicant will implement a three-year, incrementally funded, development program with an emphasis on interventions focused on capacity building of indigenous organizations. The Cooperative Agreement (CA) will provide technical assistance and funds to local organizations and communities that have the capacity to implement developmental services, in cooperation and collaboration with local authorities. The Cooperative Agreement (CA) should support the strengthening of civil society, as well as economic development activities in Northwest Somalia (Somaliland) and Northeast Somalia (Puntland). The Cooperative Agreement (CA) will seek to reduce conflict and strengthen capacities through civil society, which includes private local non-governmental and community-based organizations. The Cooperative Agreement (CA) will: (1) provide guidance, assistance and training necessary to strengthen indigenous organizations' managerial and implementation knowledge, in order for them to assume greater responsibility for rehabilitation activities; (2) provide sub-awards to eligible local organizations to implement activities in the areas of agriculture, livestock, health and income generation; and (3) promote linkages to local communities and authorities to prevent conflict and introduce good governance and democratic practices. The Cooperative Agreement (CA) is anticipated to have a start date of September 30, 2000. USAID intends to provide USD 1,170,000 for the activity during the first year of implementation. Incremental funding for the three-year program will be contingent upon available funds. USAID intends for this Cooperative Agreement (CA) to provide sub-awards to support indigenous organizations, not limited to formal NGOs, which are working on grassroots democracy, governance, agriculture, livestock, maternal health and economic growth problems. The intent of the program is to work in partnership with emerging civil society and civil authorities, promoting local security, rehabilitation and development. The support provided to civil society, in coordination and collaboration with civil authorities, would lead to improved organizational and management capacities, strengthened advocacy skills, and an improved foundation for economic growth and food security. The objectives of the applicants program must be feasible through practical democracy, governance and economic growth applications. ELIGIBILITY CRITERIA: Applications are welcome from all U.S. PVOs and International Organizations currently operating in Somalia. All responsible qualified applicants may submit an application that shall be considered by USAID/REDSO. It is expected that the RFA for this activity will be released and posted on the USAID Web Site on or about 15 days from the date of this publication. The closing date for the RFA will be 30 days from the issuance date. This procurement is being administered by the Regional Contracting Office at USAID/REDSO. SUBSTANTIAL INVOLVEMENT: USAID operational involvement in implementation in the following areas: 1) Approval of the recipient's annual implementation plans 2) Approval of key personnel. SELECTION CRITERIA: (1) Demonstrated organizational experience in working with indigenous organizations to promote partnership among emerging civil society and civil authorities. The objectives of the applicant's program must be feasible through practical democracy, governance and economic growth applications. The program should include the GHAI principles of African ownership, strategic coordination, linking relief and development, regional perspectives and promoting stability. Priority will be placed on working with local communities and local authorities that can contribute cash and in-kind resources (40 points). (2) Operational in one or more stable areas of Somalia (10 points). (3) Demonstrated experience in: democracy, governance, institutional strengthening (10 points); economic growth (5 points); and agriculture/livestock (5 points). (4) Cost reasonableness of application, which shall maximize resources for subrecipients and minimize administrative costs (30 points). DEADLINES: All responsible qualified applicants may submit an application that shall be considered by USAID/REDSO/ESA. Applications must be received at USAID/REDSO/ESA designated office thirty (30) days from the RFA issuance date; late or incomplete applications will not be considered. It is anticipated that the RFA will be released and posted on the USAID Web Site o/a 15 days from the date of this publication. APPLICATION FORM AND CONTENT: All applicants shall submit in original and three (3) copies, the following: 1) Duly executed SF 424, 424a and 424b; 2) Activity description which clearly defines the results that the applicant hopes to achieve, beneficiaries, method of implementation and management plan; 3) A detailed budget with narrative describing the basis for costs and how they were derived; 4) Duly signed Required Certifications and Assurances: a) "Assurance of Compliance with Laws and Regulations Governing Nondiscrimination in Federally Assisted Programs; b) "Certification Regarding Debarment, Suspension, and Other Responsibility Matters -- Primary Covered Transaction"; c) "Certification Regarding Debarment, Suspension, and Other Responsibility Matters -- Lower Tier Covered Transactions"; d) Certification Regarding Drug Free Work Place Requirements"; and e) SF LLL " Restrictions on Lobbying"; 5) The Organization's Taxpayer Identification Number (TIN), Duns and Bradstreet Number and Letter of Credit Number, if applicable; 6) A list of all contracts, grants, or cooperative agreements involving similar or related programs over the past three years; 7) A copy of the latest Negotiated Indirect Cost Rate Agreement with a U.S. Federal Agency and for those who do not have one they shall also submit copies of the applicant's financial statements for the past three years, projected budget, cash flow, organizational chart, and a copy of the organizations accounting manual; and 8) Past Performance References. FAX AND EMAIL SUBMISSIONS ARE NOT ACCEPTABLE. CONTACT PERSON: Gerald Cashion, REDSO/ESA/Non-Presence Countries Office, Unit 64102, APO AE 09831-4102. Courier address is USAID/ICIPE Compound, Kasarani Road, Nairobi, Kenya. Telephone No. 254-2-862400. Fax Number 254-2-862390 or 860949. E-mail address is gcashion@usaid.gov. The preferred method of distribution of USAID procurement information is via the Internet or by request of a solicitation on a 3.5" floppy disk (MSWord 6.0/7.0 format). This CBD notice can be viewedand downloaded using the Agency Web Site. The RFA, once issued, can be downloaded from the Agency web site. The Worldwide Web address is http://www.info.usaid.gov. Select Business and Procurement Opportunities from the home page, then "USAID Procurement." On the following screen, select "Download Available USAID Solicitations." Receipt of this RFA through Internet must be confirmed by written notification to the contact person noted above. It is the responsibility of the recipient of this solicitation document to ensure that it has been received from Internet in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes. Posted 07/06/00 (W-SN471847). (0188)

Loren Data Corp. http://www.ld.com (SYN# 0057 20000710\R-0006.SOL)


R - Professional, Administrative and Management Support Services Index Page