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
    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
    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.
    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.
    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.
    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.
    Similar Opportunities
    PrA-PreSolicitation Notice for Bulk Water delivery services for U.S. Embassy Harare in Zimbabwe
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide bulk potable water delivery services for the U.S. Embassy in Harare, Zimbabwe. The procurement aims to secure a reliable supply of potable water to meet the needs of the U.S. Mission, with an anticipated contract structure consisting of a base year and two one-year option periods. This service is critical for ensuring the operational readiness and sustainability of the embassy's facilities. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit electronic proposals, with the solicitation expected to be published on beta.SAM.gov. For further inquiries, potential bidders can contact Damian Richard or Annie Chinyanganya at HarareGSOProcurement@state.gov or by phone at +26388677011000.
    Justification and approval for other than full and open competition (J&A) for the contracting of a Project Management Specialist (Health) for USAID/Afghanistan
    Agency For International Development
    The U.S. Agency for International Development (USAID) is seeking to contract a Project Management Specialist (Health) for its operations in Afghanistan through a Justification and Approval (J&A) for other than full and open competition. This procurement aims to secure a qualified individual who can effectively manage health-related projects in the region, which are critical for improving health outcomes and supporting the overall mission of USAID in Afghanistan. The selected contractor will play a vital role in overseeing project implementation and ensuring compliance with USAID standards. Interested parties can reach out to Kabul USAID HR at KblAIDHR@usaid.gov for further inquiries regarding this opportunity.
    Justification and Approval (J&A) for the Technical Support Services (TSS) Activity Contract Number 72067419C00001
    Agency For International Development
    The Agency for International Development (USAID) is seeking to extend the Technical Support Services (TSS) Activity under Contract Number 72067419C00001 through a Justification and Approval (J&A) for Other than Full and Open Competition. This contract modification aims to provide continued technical support services essential for USAID's operations in Southern Africa. The services are critical for program management and support, ensuring effective implementation of USAID initiatives in the region. Interested parties can reach out to Maria Elena Burgos at maburgos@usaid.gov for further details regarding this opportunity.
    JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION
    Agency For International Development
    The U.S. Agency for International Development (USAID) is seeking to enter into a contract with the Canton Group for website design, administrative, and maintenance support services, specifically for the Office of Inspector General (OIG). The primary objective of this procurement is to continue the redesign and maintenance of the USAID OIG External Public Website, ensuring compliance with security requirements and addressing existing vulnerabilities in the current content management system. This contract is critical for maintaining the functionality and security of the OIG's public-facing digital presence, which is essential for the dissemination of legally required reports and information. The estimated cost for this contract is $929,469.61, with a performance period starting from March 15, 2023, to March 14, 2024, and options for two additional years. Interested parties can contact Scott Ferrante at sferrante@usaid.gov for further details.
    AID-OAA-I-15-00002 Justification and Approval for PEPFAR EPP Ceiling Increase and Extension of Period of Performance
    Agency For International Development
    The Agency for International Development (USAID) has issued a Justification and Approval for the ceiling increase and extension of the period of performance for the PEPFAR EPP contract. This opportunity involves the posting of the Justification and Approval documents, as well as the Determination and Findings utilized in this process, which are critical for ensuring compliance and transparency in the procurement of medical laboratory testing services. The services sought are vital for supporting public health initiatives under the PEPFAR program, which aims to combat HIV/AIDS globally. Interested parties can reach out to Elton Fortson at efortson@usaid.gov or Shayn Tierney at stierney@usaid.gov for further information regarding this opportunity.
    USAID DRC Localization Partner Landscape and Market Compensation Survey
    Agency For International Development
    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.
    Provision of Health Insurance for the Local Employees of the United States of America in Namibia
    State, Department Of
    The U.S. Department of State is seeking proposals for the provision of health insurance services for local employees of the United States Government in Namibia, specifically through the U.S. Embassy in Windhoek. The contract will cover health insurance for employees and their eligible dependents, with a base performance period starting in April 2026 and four optional one-year extensions. This contract is crucial for ensuring comprehensive health coverage, including hospitalization, emergency services, outpatient care, and prescription drugs, while also detailing specific coverage limits and administrative responsibilities. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to David Newton or Hilya Shikongo at the provided contact information. The total duration of the contract, including all options, will not exceed five years.
    AID-OAA-TO-15-00004 Justification and Approval Under PEPFAR EPP for Ceiling Increase and Period of Performance Extension
    Agency For International Development
    The Agency for International Development (USAID) is issuing a Justification and Approval notice for a ceiling increase and extension of the period of performance related to the AID-OAA-TO-15-00004 contract. This procurement aims to publish the Justification and Approval and Determination and Findings utilized for the extension, which is critical for ongoing operations under the PEPFAR EPP initiative. The goods and services involved pertain to medical and surgical instruments, equipment, and supplies, underscoring their importance in supporting health initiatives. Interested parties can reach out to Elton Fortson at efortson@usaid.gov or Shayn Tierney at stierney@usaid.gov for further details regarding this opportunity.
    Justification and Approval for Other than Full and Open Competition (J&A)
    Agency For International Development
    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.
    Microsoft Support Services
    Agency For International Development
    The Agency for International Development (USAID) is seeking to procure Microsoft Support Services to enhance its information management capabilities. This procurement aims to provide comprehensive support for Microsoft-related technologies, including M365 G5 licenses, Azure subscription solutions, and various Microsoft applications such as Exchange Online, SharePoint Online, and the Microsoft Security suite. The contract will span a base period of 12 months, with the potential for annual renewals over the next three years, and will also include training and proactive services to ensure staff support as needed. Interested vendors can reach out to Scott Ferrante at sferrante@usaid.gov for further details regarding this opportunity.