Zambia Integrating National Supply Chain Information for Greater Health Transparency (INSIGHT)
ID: 72061125R00001Type: Solicitation
Overview

Buyer

AGENCY FOR INTERNATIONAL DEVELOPMENTAGENCY FOR INTERNATIONAL DEVELOPMENTUSAID/ZAMBIALUSAKA, ZMB

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Feb 17, 2025, 7:00 PM UTC
Description

The U.S. Agency for International Development (USAID) is seeking qualified local organizations to participate in the Integrating National Supply Chain Information for Greater Health Transparency (INSIGHT) project in Zambia. The primary objective of this initiative is to enhance public health supply chain information systems, ensuring sustainable and equitable access to quality health commodities through the implementation of an electronic Logistics Management Information System (eLMIS) across various health facilities. This project is crucial for improving the management and distribution of health resources, ultimately promoting better health outcomes in Zambia. Proposals are due by February 17, 2025, following a pre-proposal conference on January 28, 2025. Interested parties can contact Shachibonde Kasanda at skasanda@usaid.gov or Sandra Jansen at sjansen@usaid.gov for further information.

Point(s) of Contact
Shachibonde Kasanda
skasanda@usaid.gov
Sandra Jansen
sjansen@usaid.gov
Files
Title
Posted
Jan 17, 2025, 11:04 AM UTC
The document outlines a solicitation potentially related to federal and state contracting, summarizing multiple project proposals within a structured format. Each entry includes a unique Solicitation Number, Contract Number (if applicable), amount of funding, and the contracting entity responsible for the work. A brief description of the work performed is provided alongside any encountered problems and corrective actions taken. Additionally, it captures achievements like quality awards or certifications, and offers a point of contact complete with email and phone number for further inquiries. The summary emphasizes the systematic organization of contracting details, which is integral for government entities seeking vendors through RFPs (Request for Proposals) and grants. This structure not only aids in evaluating the proposals but also ensures accountability and transparency in the selection process. The document serves as a vital tool for assessing project performance and compliance with federal regulations, reflecting the operational expectations within government contracting frameworks.
Jan 17, 2025, 11:04 AM UTC
The "Mandatory Budget Format" document outlines the required budgetary information for government proposals, specifically for federal and state/local grants and RFPs. It provides a structured format to capture costs over five years, emphasizing clarity in reporting labor, fringe benefits, travel, equipment, supplies, and other direct costs. Each category requires detailed reporting of items such as direct labor (both long-term and short-term), allowances, subcontract expenses, and indirect costs like overhead and general administration. Additionally, the document stipulates the addition of worksheets if multiple subawardees are included, with line-item explanations necessary to support the submitted figures. The budget format aims to facilitate comprehensive cost tracking and evaluation for written proposals, ensuring compliance with funding requirements. This structured budgeting approach is crucial for achieving transparency, aiding decision-makers in assessing project viability and financial feasibility.
Jan 17, 2025, 11:04 AM UTC
This document outlines a government contracting program managed by the United States Agency for International Development (USAID) in Zambia. It provides key administrative details, including program title, submission date, contract number, and the timeframe for the program's activities. The overview summarizes essential components such as the prime implementing partner, subcontractors, geographic coverage, and reporting period. Financial details involve the funding source distribution, planned life-of-project cost, and metrics on expenditures like average monthly costs and accrued expenditures. Additionally, there is a note that agreements on submission formatting and content are to be determined between the contractor and the Contracting Officer's Representative (COR). Overall, the document serves as a structured report to maintain accountability and transparency in government-funded initiatives, ensuring effective monitoring of financial and operational elements associated with the program.
Jan 17, 2025, 11:04 AM UTC
The document is a USAID Contractor Employee Biographical Data Sheet used to collect and assess essential personal, educational, and professional information for individual contractors. It supports the administration and oversight of contracts under the Foreign Assistance Act, helping determine candidate qualifications and the reasonableness of proposed salary rates. It requires contractors to submit personal data, employment history, educational background, language proficiency, and certifications related to the accuracy of provided information. Key components include the individual's name, contact details, citizenship, dependents, education, employment history, specific services performed, and a rationale for the proposed salary. The disclosure of personal information is voluntary but key for contract approval. Failures to comply may delay approval processes. The form also details the evaluation of language proficiency, adhering to Interagency Language Roundtable guidelines. Ultimately, this document assists USAID in effectively managing public funds and ensuring appropriate compensation for contracted services, aligning with established regulations and best practices in contract administration. It underscores the importance of accurate and truthful information provision to facilitate smooth operational processes.
The U.S. Agency for International Development (USAID) Zambia has issued a Request for Proposals (RFP) for the Integrating National Supply Chain Information for Greater Health Transparency (INSIGHT) project. This initiative seeks qualified local organizations to enhance public health supply chain information systems in Zambia over a five-year fixed-price contract. Eligible entities must be legally registered in Zambia, primarily owned and managed by Zambian citizens. The primary goal is to improve access to quality health commodities and promote effective use through the installation of the electronic Logistics Management Information System (eLMIS) across multiple health facilities. Key deliverables include system installations, integration with other health management systems, and the development of a governance structure for data management. A pre-proposal conference will occur on January 28, 2025, with proposals due by February 17, 2025. Additionally, participants are encouraged to consider gender equity, sustainability, and local capacity building in their proposals to ensure comprehensive project success. The solicitation emphasizes collaboration with various stakeholders to foster a self-reliant health supply chain in Zambia.
Lifecycle
Title
Type
Similar Opportunities
LE Staff Health Insurance Services
Buyer not available
The U.S. Department of State, through the American Embassy in Nairobi, Kenya, is inviting proposals for health insurance services for its locally employed staff. The contract aims to provide comprehensive health insurance coverage, including hospitalization, outpatient services, emergency care, and preventive treatments, with proposals evaluated based on pricing and compliance with local laws. This procurement is crucial for ensuring quality healthcare for embassy staff and their dependents while maintaining fiscal responsibility. Interested offerors must submit their proposals by May 6, 2025, and are encouraged to attend a pre-proposal conference on April 24, 2025, for further details; inquiries can be directed to Leslie Marks at marksLE@state.gov or Eric Kamau at KamauEM@state.gov.
USAID DRC Localization Partner Landscape and Market Compensation Survey
Buyer not available
The U.S. Agency for International Development (USAID) is disseminating findings from the "Localization Partner Landscape and Market Compensation Survey" conducted in the Democratic Republic of Congo (DRC). The survey aims to assess the readiness of local entities to partner with USAID and to establish fair compensation practices for local staff engaged in development and humanitarian work. This information is crucial for organizations involved in or considering development programs in the DRC, as it provides insights into the local nonprofit landscape and compensation standards, which can inform proposal development and program administration. For further inquiries, interested parties can contact M Sirajam Munir at drcoaa@usaid.gov.
Justification and Approval for Other than Full and Open Competition (J&A)
Buyer not available
The US Agency for International Development (USAID) seeks a $10 million contract to justify and approve restricting competition for enhancing the Peruvian government's counternarcotics policies to local entities only. This five-year project aims to improve sustainability by focusing on management systems, IT enhancements, coordination, and citizen oversight. USAID aims to foster local ownership among eligible local organizations. USAID aims to support the Peruvian government's efforts to combat increasing coca cultivation by engaging local experts. The procurement process will evaluate organizations based on their technical expertise and cost effectiveness, prioritizing local involvement. Interested parties should direct any questions to Andre-Guy Soh at asoh@usaid.gov until September 30, 2024, and refer to JA+24-010+Peru.pdf for more details. This contract supports USAID's localization policy and advances its objectives in Peru.
Private Sector Collaboration Pathway (PSCP) Jordan Addendum
Buyer not available
The U.S. Agency for International Development (USAID) is seeking private sector collaborations through the Private Sector Collaboration Pathway (PSCP) Jordan Addendum to create economic opportunities in Jordan. The initiative aims to develop innovative solutions to development challenges by engaging local and international firms, focusing on enhancing health, education, and water security, while promoting private sector-led economic growth and community trust in governance. Currently, there is a temporary pause on all new funding obligations due to a review of foreign assistance programs, and no proposals will be accepted at this time; interested parties should await further updates from USAID's Agreement Officer, Justin Gunnoe, at jgunnoe@usaid.gov. The anticipated closing date for submissions, when the process resumes, is April 26, 2025, with a minimum contribution of $1 million expected from private sector partners.
Medical Health Plan Services – LES GMC Health Insurance Services
Buyer not available
The U.S. Embassy in Niamey, Niger, is soliciting proposals for medical health plan services to provide health insurance coverage for locally employed staff. The procurement aims to secure comprehensive health insurance that meets minimum benefit levels, including hospitalization and preventive care, while ensuring confidentiality and efficient claims processing. This initiative underscores the U.S. Government's commitment to delivering essential health services to its employees abroad. Proposals are due by May 1, 2025, at 5:00 p.m., following a pre-proposal conference scheduled for April 9, 2025. Interested parties should contact James Johnsen at JohnsenJL@state.gov or +227 20 72 26 61/64 X4028 for further information.
Global Advisory Request for Proposals (RFP)
Buyer not available
The U.S. Department of State is soliciting proposals for the Global Advisory Request for Proposals (RFP), aimed at providing advisory and technical support services globally, particularly in logistics and cybersecurity for regions such as Coastal East Africa and the Balkans. The procurement seeks qualified contractors to enhance national security strategies through capability assessments, work plans, and advisory services, emphasizing the importance of experienced personnel in military logistics and cybersecurity. This initiative aligns with U.S. foreign policy goals and aims to foster regional stability and security through effective partnerships. Interested parties must submit their proposals by May 6, 2025, at 14:00 EDT, and can direct inquiries to Taynelle McCloud at mccloudtl@state.gov or Andrew Lawson at lawsonar@state.gov.
SOLICITATION ANNOUNCEMENT W912GB25RA003_Medical Storage Facility, Chad
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design and construction of a Medical Storage Facility in N'Djamena, Chad, under project number W912GB25RA003. The project entails demolishing an existing warehouse and constructing a new pre-manufactured facility, which will include essential features such as a concrete access ramp, loading dock, and a photovoltaic power system, all designed to meet local codes and environmental standards. This initiative is crucial for enhancing medical infrastructure support in the region, reflecting the U.S. government's commitment to improving healthcare logistics. Interested contractors must submit their proposals by the specified deadline, with a project value estimated between $500,000 and $1 million, and are encouraged to contact SFC Kelsey Lahue at kelsey.j.lahue@usace.army.mil for further details.
19WA8025Q0034 - Comprehensive- and 3rd party liability, motor vehicle insurance.
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Windhoek, is preparing to issue a Request for Quotation (RFQ) for comprehensive and third-party liability motor vehicle insurance for its Center for Disease Control and Prevention Offices in Namibia. The selected contractor or broker will be responsible for providing all necessary insurance services as outlined in a forthcoming Statement of Work. This insurance is crucial for ensuring the protection of government assets and personnel while operating in the region. Interested vendors must register in the U.S. System for Award Management (SAM) to be eligible for the contract, which is expected to be awarded based on initial offers without further discussion. For inquiries, potential bidders can contact Sarah E. Kahnt at KahntSE@state.gov or Havalon Plaatjies at PlaatjiesHE@state.gov, with the solicitation anticipated to be published around mid-May 2025.
Animal Health Science Reference Lab
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of the Animal Health Science Reference Laboratory located in Maputo, Mozambique, under Solicitation No. W912GB25R0027. This design-build project aims to enhance the laboratory's infrastructure, including the construction of new laboratory spaces, roof replacement, and upgrades to the butane gas distribution system, with an estimated construction cost between $500,000 and $1,000,000. The project is significant for improving animal health services and public health initiatives in the region, reflecting the U.S. government's commitment to global health infrastructure. Interested contractors must submit their proposals by the specified deadline, ensuring compliance with federal regulations and local laws, and can contact SFC Sterling Alphonse at sterling.j.alphonse@usace.army.mil for further information.
Preventive maintenance services for the facility’s fuel system at the U.S. Embassy Windhoek, Namibia
Buyer not available
The U.S. Embassy in Windhoek, Namibia, is seeking qualified contractors to provide preventive maintenance services for its fuel system, as outlined in Request for Quotation (RFQ) No. 19WA8025Q0021. The contractor will be responsible for ensuring that the fuel system, including a fuel oil polishing system and a fiberglass fuel storage system, remains in good operational condition and complies with manufacturer guidelines, thereby maintaining critical embassy infrastructure. This procurement is essential for the continued functionality and safety of the embassy’s fuel systems, with a contract duration of one year starting in June 2025, and the possibility of four one-year extensions. Interested parties must submit their quotations by May 6, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission; inquiries should be directed to Sarah E. Kahnt at whkproc@state.gov or Lazarus Shikongo at shikongola@state.gov by April 14, 2025.