Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
MODIFICATION

R -- Global Health Supply Chain - Commodity Procurement - GREEN BOX - SINGLE AWARD IDIQ - Amendment 6

Notice Date
2/20/2014
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting 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, United States
 
ZIP Code
20523
 
Solicitation Number
SOL-OAA-12-000128
 
Response Due
3/5/2014 11:00:00 AM
 
Point of Contact
Paul D. Burford, Phone: (202) 567-5303
 
E-Mail Address
pburford@usaid.gov
(pburford@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
Modification to extend submission date of proposals February 20, 2014 - RFP Amendment! This amendment extends the submission date of proposals from March 5, 2014 at 11:00 AM EST to March 10, 2014 at 3:00 PM EST. See detailed amendment. February 7, 2014 - RFP Amendment! This Amendment includes 1) Q&A; 2) Amended RFP; 3) Amended RFTOP's (3 documents); 4) Three additional attachmetns (J.19, J.20, and J.21). All other documents remain unchanged. USAID has made every effort to highlight in yellow the amendments to the RFP and RFTOP documents. Please read the revised documents and Q&A carefully. It is the responsibility of potential offerors to read these documents carefully, and USAID bears no responsibility for changes that were mistakenly left un-highlighted. JANUARY 6, 2014 - OFFICIAL SOLICITATION RELEASE DATE - GREEN BOX - SINGLE AWARD IDIQ - Amendment #5 Note attached RFP for Key dates. Questions due January 24, 2014. Past Performance Information due February 19, 2014. Final Proposals due March 5, 2014. ********* SYNOPSIS USAID Global Health Supply Chain DISCLAIMER This is not a solicitation. USAID does NOT invite offerors to submit proposals in response to this synopsis NOR will USAID accept comments, questions and/or inquiries in response to this synopsis and will NOT respond to any. NO awards are anticipated to be made in response to this synopsis. Prospective offerors are advised to periodically monitor the above website for updates concerning this procurement. The purpose of this notice is to comply with the synopses and pre-solicitation notice requirements of FAR 5.2 - Synopses of Proposed Contract Actions. Any solicitation resulting from this notice will be handled in accordance with FAR 5.102(d); therefore, availability of the solicitation package is limited to the following electronic medium: FEDBIZOPPS web page (http://www.fbo.gov/). Purpose The purpose of this synopsis is to outline the United States Agency for International Development's (USAID) proposed plans to: • Procure health commodities and services and promote sustainable supply chains; • Inform and communicate USAID's plans with the public and key external stakeholders, in particular, members of the business community; • Facilitate and encourage advanced planning by partners for consideration of the follow on design; and • To encourage competition. Background USAID is the USG's principle implementing agency for international development assistance. The Bureau for Global Health, whose vision is to create a world where people lead healthy, productive lives and where mothers and children thrive, has a broad portfolio that includes a wide array of programs and investments that represent the commitment and determination of USG to prevent suffering, save lives, and create an environment that encourages development. Successful implementation of USAID's health programs is dependent on, among other things, an uninterrupted supply of essential quality health commodities, including pharmaceuticals, in addition to supply chain assistance to health systems that manage these commodities. Currently, there are multiple offices within the Bureau for Global Health - as well as Presidential Initiatives - that run programs that procure health commodities. These are the Office of Health, Infectious Diseases, and Nutrition (HIDN), the Office of HIV/AIDS (OHA), and the Office of Population and Reproductive Health (PRH), and both the President's Emergency Plan for Aids Relief (PEPFAR) and the President's Malaria Initiative (PMI). As part of the Bureau's overall strategy, these offices and initiatives support partner countries in preventing and managing major health challenges of poor, underserved and vulnerable people, leading to improved health outcomes by: • Providing technical leadership to USG programs • Partnering strategically with a wide array of stakeholders that enhance the development process • Accelerating innovation, science and technology in order to facilitate a successful treatment and prevention of disease • Scaling up evidence-based, equitable and locally adapted health solutions • Strengthening local health systems • Promoting gender equality • Working efficiently and being effective stewards of public trust and resources The Global Health Initiative The U.S. Government's global health portfolio includes a diverse set of programs and investments in approximately 80 countries worldwide. All of the countries in which the USG has health investments are essential partners for achieving and sustaining the ambitious outcomes outlined in the Global Health Initiative (GHI). Equally important to the success of GHI is the strategic coordination and partnerships with USG partner organizations such as the Office of the Global AIDS Coordinator (S/GAC, Centers for Disease Control and Prevention (CDC), the Health Resources and Service Administration, the Department of Defense and the Peace Corps. The interagency coordination required to support PEPFAR and PMI increases the effectiveness and efficiency of USG health programs globally by using a "whole of government approach." Supply chain management and the procurement of essential health commodities are an essential component of the Agency's health portfolio and directly support the Agency's health contribution to GHI. For example, ensuring an adequate supply of quality medicines and diagnostic equipment for HIV programs has contributed significantly to PEPFAR's ability to provide care and treatment for 4.5 million persons living with HIV/AIDS. Maintaining an adequate supply of quality essential medicines is critical to achieving President Obama's goal of putting six million people on treatment by the end 2015 - two million more people than the Administration's original goal. Essential good quality health commodities have played a critical role toward achieving PMI's goal to halve the burden of malaria in 70 percent of at-risk populations in sub-Saharan Africa (approximately 450 million people). Between 2006 and 2010, PMI procured 95.3 million artemisinin-based combination therapy (ACT) treatments, 45.4 million insecticide treated nets (ITNs) and 10.2 million treatments for intermittent preventative treatment for malaria in pregnancy. This has contributed to the reductions in mortality among children under five in most of PMI's focus countries. Ensuring an adequate supply of malaria related commodities will continue to be a key component of PMI's continued efforts to further reduce the burden malaria. USAID has been a leader in efforts to meet the reproductive health needs of women and couples by increasing access to modern methods of contraception for millions of couples annually. While access to family planning services has improved dramatically since USAID's efforts began in the 1960s, more than 215 million women worldwide who would like to delay or avoid pregnancy still do not have access to family planning information and services. Under GHI, the USG goal is to prevent 54 million unintended pregnancies and increase the modern contraceptive prevalence by up to two percentage points annually on average across assisted countries. The Agency is placing special attention on increasing access to family planning services for the poorest wealth quintiles, where access remains lowest. Because USAID's programs maximize access to voluntary family planning products and services, more couples and individuals in the developing world have been able to determine the spacing of their children and family size. Investments in contraceptive commodity support and strengthening logistics systems have reduced stock outs and increased availability of contraceptives in key countries. Between 2006 and 2010, USAID delivered $376.4 million worth of contraceptives and condoms to public and private sector programs worldwide, while providing supply chain assistance in 33 countries. These efforts have contributed to substantial increases in the percentage of women using modern contraceptives in USAID priority countries and have translated to improved maternal and child health, family well-being, women's empowerment, poverty reduction and elevated development prospects. Current Health Awards Currently, the Bureau for Global Health has two single award IQCs responsible for the procurement and delivery of essential health commodities and supply chain assistance. The first is the USAID | DELIVER PROJECT that focuses its support largely on the PMI and programs in family planning/reproductive health, maternal and child health, emerging pandemic threats, and other areas. The second is the Supply Chain Management System for HIV/AIDS (SCMS) IQC that supports the President's Emergency Plan for AIDS Relief (PEPFAR). More information on the current IQCs can be found on www.pfscm.org and www.deliver.jsi.com. New Award Design The consolidation of the procurement and assistance elements of the DELIVER and SCMS IQCs into a single award will ensure an uninterrupted supply of essential USAID-donated health commodities, align USAID's health commodity requirements across the priority health elements, reduce costs to the U.S. Government, improve management and accountability and ensure implementation flexibilities to respond to unpredictable global demands for USAID essential health commodities and assistance. In addition to this single award, USAID's Bureau for Global Health anticipates the release of several new awards to provide specialized services that are presently embedded in the DELIVER and SCMS IQCs. The new architecture will realign activities to achieve the following: • Maintaining continuity of operations to ensure no interruption of supplies; • Ensuring technical and program soundness through a collaborative process; • Ensuring flexibility to meet different program (health element) requirements as well as future needs; • Minimizing management burden for the field; • Promoting risk mitigation by collaborative strategies in quantification/forecasting, market dynamics, and freight forwarding/warehousing and delivery; • Incorporating the principles of GHI, USAID Forward and Procurement Reform; and • Maintaining program oversight and accountability by the different health elements as needed to meet disease specific requirements. All awards will be made on a full and open competitive basis, except the laboratory procurement IQC that is set aside for small business concerns. The architecture for the supply chain follow-on includes the following awards: A. Single Award IQC for Commodity Procurement and Supply Chain Assistance: This activity will provide a comprehensive array of services for USG health commodity procurement and related supply chain assistance encompassing the different elements of a comprehensive supply chain (e.g. quantification/forecasting, procurement, transportation, warehousing, and information systems). The IQC holder will be expected to manage the full range of supply chain services - from quantification, procurement, and warehousing to delivery of product to the USG-designated client. The successful implementation of these services depends upon the IQC holder's ability to minimize lead time for field programs while maximizing overall value-for-money performance on delivery of quality essential health commodities. The tasks of this IQC are integrally related and implemented through a single award to optimize overall performance and accountability of what, by best practice, should be a continuous, seamless, operational supply chain. The IQC will work with USG country programs to improve country counterpart systems and increase their capacity to more fully conduct this procurement and distribution work on their own. The IQC is anticipated to supply an estimated $7 billion worth of essential health commodities annually at no fee to over 50 countries; and to provide technical assistance to improve the performance and sustainability of country supply chain systems. The duration of the IQC is anticipated to be 5 years with an option for an additional 3 year period. The IQC contractor is expected to work with the Quality Assurance holder (see D below) to ensure that the quality of products purchased meets USG standards. In addition, the IQC holder will provide a required set of data to the Business Intelligence (BI) contractor (see E below). B. Small Business Set Aside - Single award IQC for a Procurement Service Agent for Laboratory Supplies and Equipment: The IQC will have the responsibility for the procurement and shipment of laboratory supplies and equipment to designated destinations/stakeholders for use in host country programs. The duration of this IQC is anticipated to be 5 years with an option for an additional 3 year period. C. Multiple Awards for Specialized Supply Chain Assistance: These awards are anticipated to be made through annual program statements (APS) to invite and encourage organizations with specialized capabilities. One APS will seek capabilities for research, innovation and evaluation, and access to the state-of-the-art in supply chain management from academia as well as the private, commercial, and other sectors. Another possible APS will be for organizations in the "global south" with demonstrated capabilities in supply chain management, assistance, and/or training, to support local capacity building, and provide for south-to-south assistance and access to regional specializations. Other awards may be made in areas of specialization (e.g., management information system, information technologies) if there is sufficient demand from field. D. Quality Assurance Award: The Quality Assurance (QA) award will promote the effectiveness and efficiency of USAID QA services by combining and coordinating QA activities across health elements. This activity will provide independent, essential, comprehensive quality assurance/control services covering the different health elements in the Bureau. E. Business Intelligence Award: The Business Intelligence (BI) award is expected to collect and integrate data from multiple partner systems and generate reports and alerts based on established thresholds. By embedding BI into existing process applications, USAID's control, management, and ownership of information will be enhanced to facilitate information sharing and coordination across health elements within the Bureau's supply chain. Please note that to avoid the appearance of a conflict of interest, offerors bidding as primes for award A (Single Award IQC for Commodity Procurement and Supply Chain Assistance) and/or award B (small business set-aside for Laboratory Equipment and Supplies) will not be permitted to bid as primes on award D (Quality Assurance) and vice versa. This is done to ensure the independence of those responsible for ensuring the safety and efficacy of the products being purchased from those responsible for procurement of product. In addition all awardees are expected to collaborate with one another and will be required to provide non-proprietary data to the Agency using the IT platform developed and maintained by the BI contractor. USAID bears no responsibility for data errors resulting from this transmission. This notice does not obligate USAID to release a solicitation or award a contract nor does it commit the Government to pay for costs incurred in the preparation and submission of a proposal. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-11-15 14:58:33">Nov 15, 2013 2:58 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-02-20 13:08:29">Feb 20, 2014 1:08 pm Track Changes Amendment 4 for Solicitation # SOL-OAA-12-000128 The purpose of this amendment is to upload documents and the complete transcript from USAID's Global Health Supply Chain Program Industry Day, which was held on October 31, 2013 in Washington, DC. Please see attached documents. Added Solicitation #SOL-OAA-12-000128 - GREEN BOX - SINGLE AWARD IDIQ ONLY Official Solicitation Release Date Note attached RFP for Key dates. Questions due January 24, 2014. Past Performance Information due February 19, 2014. Final Proposals due March 5, 2014. Amendment 5 for SOL-OAA-12-000128 - Amended RFP and Q&A. See top of notice. Amendment 6 - Extend submission date of proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OAA-12-000128/listing.html)
 
Record
SN03292660-W 20140222/140220234856-22f58fa6ed72933becc15f3c0b670d61 (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 |
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.