Notice of Cancellation of Solicitation No. 72061124R00008 - USAID Foundational Learning Technical Assistance
ID: 72061124R00008Type: Special Notice
Overview

Buyer

AGENCY FOR INTERNATIONAL DEVELOPMENTAGENCY FOR INTERNATIONAL DEVELOPMENTUSAID/ZAMBIALUSAKA, ZMB

NAICS

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

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)
Timeline
    Description

    The United States Agency for International Development (USAID) has announced the cancellation of Solicitation No. 72061124R00008 for the USAID Foundational Learning Technical Assistance Activity. This decision was made due to changes in programmatic priorities, which indicates a shift in the agency's focus and needs. The solicitation was intended to seek professional services related to foundational learning and educational training in Lusaka, Zambia, highlighting the importance of such services in enhancing educational outcomes in the region. For further inquiries, interested parties may contact Brian LeCuyer at blecuyer@usaid.gov or Charles Nyanoka at cnyanoka@usaid.gov.

    Point(s) of Contact
    Brian LeCuyer
    blecuyer@usaid.gov
    Charles Nyanoka
    cnyanoka@usaid.gov
    Files
    Title
    Posted
    The document outlines Amendment #1 to the Request for Proposals (RFP) number 72061124R00008 for the USAID Foundational Learning Technical Assistance Activity in Zambia. Issued on August 7, 2024, the amendment reflects responses to inquiries and updates provisions. The purpose of the RFP is to solicit proposals from eligible organizations for a five-year Cost-Plus-Fixed-Fee contract with an estimated cost between $10 million and $24.9 million, aimed at improving early literacy and numeracy outcomes in Zambia's primary education sector. Key objectives include supporting the Ministry of Education (MOE) in implementing foundational learning interventions and responding to emerging educational needs, especially during crises. The RFP emphasizes a Highest Technically Rated with Fair and Reasonable Price evaluation process, where the best technical solutions at reasonable costs will be prioritized. Offerors must comply with specific submission dates, and the proposal review process is detailed in the sections of the document. Additionally, the document outlines the importance of gender equity, the use of local systems, and the necessity for adaptive management in light of Zambia's dynamic educational environment. Overall, this RFP is critical for engaging support to enhance foundational learning amidst various challenges in the Zambian education system.
    The document outlines the Ministry of Education's timeline for the rollout of literacy programs across early grades from 2025 to 2027. It highlights three key phases of implementation for Grade 1 through Grade 3, focusing on the Early Grade Literacy Program (EGLP) and the Primary Literacy Program (PLP). In 2025, the EGLP will be launched in Grade 1 and will continue to be reinforced in subsequent years. By 2026, the EGLP will expand to Grade 2, while the PLP remains operational. In 2027, the EGLP will be integrated into Grade 3, with the PLP still in use. This phased approach suggests a structured effort by the Ministry to enhance primary literacy, ensuring continuity and reinforcement of literacy education across early grades. This plan is likely part of broader federal or state grant initiatives aimed at improving educational outcomes in early childhood literacy.
    The document outlines specifications for teaching and learning materials intended for educational use, specifically targeting grades 1 to 3. It details the requirements for two main components: a Teacher Guide and a Learner Activity Book. The Teacher Guide is designed on double-sided A4 pages, featuring perfect binding, full-color printing, a gloss laminated cover made of 250-gram paper, and an interior of 80-gram bond white paper. The dimensions are set at 210 × 297 mm. The Learner Activity Book, on the other hand, is designed in B5 size, with saddle stitch binding and full-color printing. Similar to the Teacher Guide, its cover is also constructed with 250-gram gloss laminated paper, while the interior consists of 80-gram bond white paper, measuring 182 × 257 mm. Overall, this document serves to provide essential specifications required for the procurement of teaching and learning materials, presumably as part of a government Request for Proposal (RFP) aimed at enhancing educational resources in schools. The details highlight quality, durability, and visual appeal, which are crucial for effective teaching tools.
    The document provides responses to questions from prospective offerors regarding the RFP for the USAID Foundational Learning Technical Assistance Activity (RFP Number 72061124R00008). It primarily addresses inquiries related to grant authorizations, project requirements, budget considerations, and performance expectations. Key points include USAID's decision not to authorize Grants under Contracts (GUCs), confirmation that budget by Contract Line Item Numbers (CLINs) is only needed at a summary level, and details about school assessments and performance measures which indicate a targeted 10% increase in student performance over four years. The RFP also outlines requirements for training, curriculum materials, and technological readiness in targeted provinces. Additionally, it addresses specific budgetary aspects and compensation guidelines for personnel. The transparency of questions and responses supports prospective offerors in aligning their proposals to meet USAID’s expectations effectively, promoting clarity in scope and compliance with contractual obligations in educational development initiatives.
    USAID has responded to a question regarding the budget estimates for the RFP number 72061124R00008, which pertains to the Foundational Learning Technical Assistance Activity. The inquiry clarified whether the estimated total cost ceiling of $24,900,000 includes the allocation of $2,500,000 set aside under CLIN 0002. USAID clarified that the $24,900,000 figure is not a strict ceiling but represents an upper limit within a suggested range of total costs ($10,000,000 to $24,900,000). Importantly, the budget allocated for CLIN 0002 is indeed included within this total cost estimate. The document maintains a formal tone typical of government communications, focusing on clarity regarding financial provisions in response to contractor queries. This communication illustrates USAID’s commitment to transparency in the budgeting process for this specific RFP, ensuring potential bidders understand the financial framework surrounding the project.
    The Initial Environmental Examination (IEE) for the Zambia Education Portfolio aims to assess the environmental implications of educational initiatives funded by USAID from 2024 to 2029. It replaces a prior IEE and will remain valid until January 31, 2030. The document outlines ongoing and upcoming programs aimed at improving primary education quality, particularly through literacy enhancement, teacher training, and community engagement. It identifies six key activities, including the USAID Let’s Read Project, Transforming Teacher Education, and initiatives addressing climate change. Key environmental determinations indicate that many activities are exempt from further environmental review due to their nature. However, construction activities are subject to specific compliance and monitoring requirements. The IEE emphasizes the necessity for effective environmental mitigation strategies to manage potential impacts, such as waste disposal and construction-related disturbances. Additionally, climate risks associated with educational infrastructure, including school accessibility issues due to flooding and extreme weather, are highlighted. The analysis concludes that proactive planning and inclusive community engagement are essential for mitigating adverse environmental impacts while enhancing educational outcomes, particularly for marginalized populations. This comprehensive review aligns with USAID’s commitment to integrating climate resilience into developmental projects.
    The document outlines a Past Performance Information Sheet for a federal contract related to the USAID Foundational Learning Technical Assistance Activity in Zambia. Key components include customer name, award numbers, start and end dates, total estimated cost (TEC), and details about the prime offeror and major subcontractors. The scope of work highlights the complexity and diversity of tasks involved in the project, which requires specific skills and expertise. The document also seeks to ascertain the relevance of the work, indicating whether it falls within a transition, crisis, or post-conflict context. Furthermore, it inquires about the availability of performance assessments, such as PPIRS reports and Contractor Performance Reference Sheets. If these reports are insufficient or unavailable, the document requests references for additional validation. This structured format aims to evaluate previous performance to inform decision-making for grant proposals or RFP responses within the federal grants and contracting process, ensuring relevant qualifications and experience.
    The document outlines the Mandatory Budget Format for federal government RFPs, federal grants, and local/state RFP submissions. It requires detailed budgetary information for five years, organized into various cost categories including labor, fringe benefits, travel, equipment, supplies, and indirect costs. Each category necessitates specific line item explanations, along with required totals for each year. The budget format emphasizes clarity and structure, allowing for the inclusion of additional worksheets for more sub-awardees. Significant focus is placed on labor costs, direct and indirect expenses, sub-grants, and fixed fees. This structured approach ensures that all cost elements are transparent and justified, streamlining the funding request process and supporting fiscal accountability within grant management. The format aims to facilitate comprehensive financial planning across multiple years in alignment with government funding requirements.
    The U.S. Embassy in Lusaka has issued a new Management Policy (MP-060) regarding Daily Subsistence Allowance (DSA) for Government of the Republic of Zambia (GRZ) staff participating in U.S. Government (USG) programs. Effective May 7, 2024, this policy consolidates previous guidelines to improve reimbursement processes for travel-related expenses when GRZ cannot cover them. Key provisions include allowances for travel, meals, and accommodations, while enforcing strict rules to avoid "double dipping" from multiple funding sources. GRZ civil servants, excluding dignitaries, are eligible for these allowances if necessary for official events. The policy emphasizes minimizing costs through efficient travel arrangements, using pooled or public transport whenever possible. All allowances must be reimbursed post-event, and a comprehensive attendance record is required. This policy not only aims to streamline financial processes but also enhances collaboration between the GRZ and USG, aligning their objectives for national development. Additionally, it outlines that exceptional circumstances may warrant waivers from these guidelines. The policy also stipulates that allowances will be reviewed annually to adjust for inflation or economic conditions. Overall, this document reinforces the USG’s commitment to supporting Zambia's development goals through structured financial support mechanisms.
    The file pertains to the Department of Education's request for proposals (RFPs) and grants aimed at enhancing educational initiatives. The focus is on increasing access to educational resources and implementing innovative programs. Highlighted elements include the necessity for detailed proposals that outline project objectives, methodologies, and anticipated outcomes. The document emphasizes regulatory compliance, requiring all submissions to adhere to federal guidelines, and outlines evaluation criteria such as project feasibility, community impact, and sustainability. It also stresses the importance of collaboration with local stakeholders and the dissemination of successful practices on a broader scale. Participation in this RFP is critical for organizations seeking funding for projects that promote educational equity and innovation. The document essentially serves as a comprehensive guide for potential applicants on crafting proposals that align with federal priorities to advance education at various levels, thereby addressing disparities and enhancing overall educational outcomes.
    The USAID Foundational Learning Technical Assistance Activity, detailed in RFP Number 72061124R00008, seeks proposals from qualified entities to provide technical services enhancing foundational education in Zambia. The contract can extend up to five years, with an estimated budget ranging from $10 million to $24.9 million. A cost-plus-fixed-fee contract is anticipated, focusing on achieving the best technical solutions at fair and reasonable prices, excluding public international organizations and foreign government-controlled entities from eligibility. The program targets improvements in early literacy and numeracy for grades 1 to 3 through collaboration with the Zambian Ministry of Education. Primary objectives include nationwide implementation of foundational learning interventions, scaling up in additional provinces, and being prepared to address emerging educational needs during disasters. Performance measures aim for significant student progress, data capabilities for tracking learner performance, and defining sustainable minimum literacy and numeracy packages. While the activity is subject to the Government of Zambia's educational reforms and contextual challenges, it aims to enhance educational outcomes and resilience in response to potential crises, affirming the commitment to improving quality and equity in Zambia’s education system.
    Similar Opportunities
    Subject: Special Notice to All Foreign Assistance Recipients
    Agency For International Development
    The Agency for International Development (USAID) has issued a special notice directed at all foreign assistance recipients. This notice aims to communicate important updates and requirements related to the agency's foreign assistance programs. Such communications are crucial for ensuring compliance and effective implementation of international development initiatives. For further details, recipients are encouraged to stay informed through USAID's official channels, as specific deadlines and additional information may be provided in subsequent communications.
    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 and Approval for LFT Support Services Contract Modification
    Agency For International Development
    The U.S. Agency for International Development (USAID) is seeking approval for a ceiling increase on the Local, Faith, And Transformative Partnerships (LFT) Hub Support Task Order (TO) under contract GS-00F-356GA / 7200AA19M00004 with Zemitek, LLC. This modification is necessary to accommodate future expenditures related to current staff and travel expenses, ensuring the continuity of support services until the contract's end date of March 28, 2024. The increase in the order ceiling is justified under AIDAR Part 706.302-70, which allows for exceptions to full and open competition when necessary to protect foreign aid programs. For further inquiries, interested parties can contact Jay Wilson at jawilson@usaid.gov.
    Limited Sources Justification Microsoft Licenses
    Agency For International Development
    The United States Agency for International Development (USAID) intends to award a contract for the provision of Microsoft M365 and Azure Subscription service licensing. This procurement aims to secure essential software licensing that supports USAID's operational and administrative functions. The licensing is critical for ensuring that the agency can effectively utilize Microsoft’s cloud services and productivity tools. Interested vendors should reach out to Scott Ferrante at sferrante@usaid.gov for further details regarding this opportunity.
    Justification and approval for other than full and open competition (J&A) for the contracting of a Project Management Specialist (Education) for USAID/Afghanistan
    Agency For International Development
    The Agency for International Development (USAID) is seeking to contract a Project Management Specialist (Education) for its operations in Afghanistan. This opportunity involves a Justification and Approval (J&A) for other than full and open competition, indicating a specific need for expertise in project management within the educational sector in the region. The role is critical for ensuring effective implementation and oversight of educational initiatives, which are vital for the development and stability of Afghanistan. Interested parties can reach out to Kabul Aid HR at kblaidhr@usaid.gov for further details regarding this procurement.
    Justification and Approval for Other than Full and Open Competition to Solicit and Award a USPSC Resident-Hire Senior GDA Through Limited Competition
    Agency For International Development
    The Agency for International Development (USAID) is seeking to solicit and award a U.S. Personal Services Contractor (USPSC) resident-hire Senior General Development Advisor through a limited competition process. This opportunity arises under the Justification and Approval (J&A) for Other than Full and Open Competition, as outlined in AIDAR 706.302-70, which allows for such an approach when it would not adversely affect foreign aid programs. The selected contractor will play a crucial role in supporting USAID's mission in the Philippines, particularly in the context of foreign assistance and development initiatives. Interested parties can reach out to Rowena N. Salud at rsalud@usaid.gov or by phone at 632-301-4974 for further details regarding this opportunity.
    Justification for an Exception to Fair Opportunity
    Agency For International Development
    The Agency for International Development (USAID) is seeking to justify an exception to fair opportunity for the addition of two new products, Premier and Unified support, to its existing Microsoft Enterprise License Agreement (MS ELA). This justification aims to enhance USAID's IT and telecom capabilities by integrating these software products, which are crucial for application development and support. The procurement will take place in Washington, DC, and interested parties can reach out to Hillary A. Marshall at hmarshall@usaid.gov for further details. The specific funding amount and deadlines have not been disclosed in the opportunity overview.
    Justification and Approval for Private Sector Activity Contract Modification
    Agency For International Development
    The Agency for International Development (USAID) is seeking to modify a contract related to Private Sector Activity in Azerbaijan. This opportunity involves a Justification and Approval process for the modification of an existing contract, which is crucial for enhancing the effectiveness of USAID's initiatives in the region. The services sought under this procurement are categorized under professional support, specifically aimed at facilitating private sector engagement and development. Interested parties can reach out to Kenul Salimova at ksalimova@usaid.gov or by phone at +994124981835, or Samuel Kraegel at skraegel@usaid.gov for further details regarding this opportunity.
    Justification and Approval (J&A) for Southern Africa Energy Program (SAEP) Contract No. AID-674-C-17-00002
    Agency For International Development
    The Agency for International Development (USAID) is seeking to modify the existing Southern Africa Energy Program (SAEP) contract, specifically Contract No. AID-674-C-17-00002, to increase the Total Estimated Cost (TEC) by up to $5,000,000, raising it from $69,955,372 to $74,036,372. This modification aims to extend the contract's period of performance by an additional twelve months, pushing the completion date from June 14, 2023, to June 14, 2024. The SAEP is crucial for enhancing energy access and sustainability in Southern Africa, and this contract modification reflects the ongoing commitment to these objectives. Interested parties can reach out to primary contact Lezanda Bruwer at lbruwer@usaid.gov or by phone at +27 12 452 2196, or secondary contact Nancy Kleinhans at nkleinhans@usaid.gov or +27 12 452 2173 for further details.
    Justification and Approval for other than full and open competition
    Agency For International Development
    The United States Agency for International Development (USAID) is seeking to justify and approve a contract for services related to program evaluation, review, and development in Tirana, Albania. The opportunity involves the role of Acting Senior Development Advisor (SDA) for the USAID Country Program Office in Albania, where the incumbent will be responsible for the strategic direction and execution of programs that address pressing development challenges while supporting broader U.S. government interests. This position is crucial for ensuring effective implementation of USAID initiatives in the region. Interested parties can contact Michael B. Stewart at mbstewart@usaid.gov or by phone at +381 382 43673 for further details.