SPECIAL NOTICE
R -- Intent to Sole Source
- Notice Date
- 6/17/2010
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523
- ZIP Code
- 20523
- Solicitation Number
- PATSoleSource
- Point of Contact
- David G Lavine, Phone: 202-712-0426, ,
- E-Mail Address
-
dalavine@usaid.gov,
(dalavine@usaid.gov, /div)
- Small Business Set-Aside
- N/A
- Description
- <! v:* {behavior:url(#default#VML);} o:* {behavior:url(#default#VML);} w:* {behavior:url(#default#VML);}.shape {behavior:url(#default#VML);} --> Normal 0 false false false MicrosoftInternetExplorer4 <! /* Style Definitions */ table.MsoNormalTable {mso-style-name:"Table Normal"; mso-tstyle-rowband-size:0; mso-tstyle-colband-size:0; mso-style-noshow:yes; mso-style-parent:""; mso-padding-alt:0pt 5.4pt 0pt 5.4pt; mso-para-margin:0pt; mso-para-margin-bottom:.0001pt; mso-pagination:widow-orphan; font-size:10.0pt; font-family:"Times New Roman"; mso-ansi-language:#0400; mso-fareast-language:#0400; mso-bidi-language:#0400;} --> <!-- v:* {behavior:url(#default#VML);} o:* {behavior:url(#default#VML);} w:* {behavior:url(#default#VML);}.shape {behavior:url(#default#VML);} -->v:* {behavior:url(#default#VML);} o:* {behavior:url(#default#VML);} w:* {behavior:url(#default#VML);}.shape {behavior:url(#default#VML);} Normal 0 false false false MicrosoftInternetExplorer4 st1:*{behavior:url(#ieooui) } <!-- /* Style Definitions */ table.MsoNormalTable {mso-style-name:"Table Normal"; mso-tstyle-rowband-size:0; mso-tstyle-colband-size:0; mso-style-noshow:yes; mso-style-parent:""; mso-padding-alt:0pt 5.4pt 0pt 5.4pt; mso-para-margin:0pt; mso-para-margin-bottom:.0001pt; mso-pagination:widow-orphan; font-size:10.0pt; font-family:"Times New Roman"; mso-ansi-language:#0400; mso-fareast-language:#0400; mso-bidi-language:#0400;} --> /* Style Definitions */ table.MsoNormalTable {mso-style-name:"Table Normal"; mso-tstyle-rowband-size:0; mso-tstyle-colband-size:0; mso-style-noshow:yes; mso-style-parent:""; mso-padding-alt:0pt 5.4pt 0pt 5.4pt; mso-para-margin:0pt; mso-para-margin-bottom:.0001pt; mso-pagination:widow-orphan; font-size:10.0pt; font-family:"Times New Roman"; mso-ansi-language:#0400; mso-fareast-language:#0400; mso-bidi-language:#0400;} <v:shapetype id="_x0000_t75" coordsize="21600,21600" o:spt="75" o:preferrelative="t" path="m@4@5l@4@11@9@11@9@5xe" filled="f" stroked="f"> <v:shape id="_x0000_s1026" type="#_x0000_t75" style='position:absolute; margin-left:-36pt;margin-top:-36pt;width:205.5pt;height:63.6pt;z-index:-1; mso-position-horizontal:absolute;mso-position-vertical:absolute' wrapcoords="2444 0 1813 1271 709 4066 79 7878 79 12198 552 16264 552 17026 1892 20329 2207 20329 2365 21346 4257 21346 4493 20329 21285 18805 21600 17026 21127 12198 21442 8894 21521 7369 20496 3558 3863 0 2444 0"> <v:imagedata src="file:///C:DOCUME~1dalavineLOCALS~1Tempmsohtml1�1clip_image001.jpg" mce_src="file:///C:DOCUME~1dalavineLOCALS~1Tempmsohtml1�1clip_image001.jpg" o:title="usaid_brand_2_color_msword" chromakey="white" /> Intention to Sole Source Solicitation Number: N/A Agency: Agency for International Development Office: EGAT Office of Economic Growth Location: [Washington, D.C.][Worldwide] Notice Type: Special Notice Original Set Aside: N/A Set Aside: N/A Solicitation Number: N/A Notice Type: Special Notice JOFOC Statutory Authority: FAR 6.302-1 Only one responsible source Synopsis: The US Agency for International Development hereby provides notice of its intent to award a sole-source, cost-plus-fixed-fee follow-on contract to the IRIS Center, University Research Center Corporation International, 3106 Morrill Hall, College Park Maryland 20742. Funding will be less than $1 million. The contract is expected to be awarded under FAR 6.302-1. A Justification and Approval for Other Than Full and Open Competition has been prepared. The period of performance shall be 12 months from July 6, 2010 The contract will support the continued development and improvement of country-specific “poverty assessment tools,” together with training and help desk support for the proper use of those tools. Each poverty assessment tool consists of (1) household survey, specific to each country; (2) a set of statistically derived weights linking the survey data reported by each household to an estimate of its per-capita consumption or income; and (3) a software application that allows users to input the required survey data gathered from a sample of households and use them to estimate the prevalence of poverty among the population from which that sample was drawn. USAID is required to develop poverty assessment tools by the Microenterprise Results and Accountability Act of 2004 (P.L. 108-484); it also expects to use those tools to monitor the poverty impact of the Feed the Future food security initiative. To meet USAID standards of accuracy and ease of use, each poverty assessment tool submitted for certification must meet an extensive set of quality standards, including identification of the most informative set of household characteristics through a systematic process of search among all characteristics included in integrated household surveys using the Living Standards Measurement Survey (LSMS) format; selection of the best estimating technique through systematic comparison of alternative techniques (including techniques robust to non-normal errors); insertion of the statistical results into an easy-to-use software application; calibration against multiple poverty lines in each country; and many others. The contractor will be required to organize and manage one or more in-country household surveys using the LSMS format. The contractor will also be required to provide expert training – using both in-person and e-learning formats – and help desk support for users of the more than 30 certified poverty assessment tools as well as any additional tools developed in the course of the project. The services required to meet USAID’s legal obligation to continue developing and supporting the use of poverty assessment tools are highly specialized. USAID believes that awarding the proposed contract to another source would result in unacceptable delays in meeting this legal obligation, as well as substantial additional costs to the government, as the new source gradually developed the skills needed to meet USAID’s requirements. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, 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. All responsible sources may submit an offer; however, only services meeting USAID’s requirements will be considered for award. USAID will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine that a solicitation will be issued. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registered requirements may be viewed via the Internet at httpl/www.ccr.gov or by calling the CCR Registration Center at 1-888-227 -2423. Interested parties are encouraged to furnish information. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to David Lavine by email at dalavine@usaid.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor’s capabilities and experience that will demonstrate the ability to support these requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/PATSoleSource/listing.html)
- Place of Performance
- Address: US Agency for International Development, 1300 Pennsylvania, NW, Washington, District of Columbia, 20523, United States
- Zip Code: 20523
- Zip Code: 20523
- Record
- SN02180391-W 20100619/100617235256-f849d1d2865804fc8b6f21dc17fc206c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |