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