Request for Quotation

  1. U.S. Embassy Niamey
  2. Request for Quotation

Request for quotations RFQ# 19NG6023Q0002

The U.S. Embassy in Niamey is seeking prospective contractors for Embassy Internet Connection in Niamey. Complete solicitation package is available on Federal Business Opportunities website: https://www.sam.gov.

Please submit your offer to NiameyGSOProcurement@state.gov by June 30 at 12:00.

The U.S. Embassy in Niamey is seeking prospective contractors for the purchase of the following vehicle. The bid will close on May 30th ,2023 at 12:00 pm

Land Cruiser 76 Hardtop 10 seater, 5 door (Airbags, Air Conditioning, ABS, Roof Rack) , Model: HZJ76L-RKMRS SFX: A2/Quantity 01

General Specification

Transmission 5 speed, Manual. Brakes: Front: Disc, Rear: Drum

Drive Type: 4×4

Tyres Radial Front: 7.50R16-8 5.50F – Tubed Rear: 7.50R16-8 5.50F – Tubed. Steel

Suspensions Front: Coil, Rear: Leaf

Wheelbase LWB 2730 mm, Ground Clearance: 230 mm

Weight Kerb Weight: 2190kg, Gross Vehicle Weight: 3060kg, Payload: 870kg

Seats 10 Seater. Front: 1+2 Bench, Rear: 3 Forward facing+2×2 Inward facing Bench. Material: Vinyl

Dimensions Length: 4720mm, Width: 1770mm, Height: 1955mm, Volume: 16.3m³ all excluding accessories

Color : RAL 1011 color brown beige

Country of Origin Japan

Engine Model 1HZ – 4164cc, Diesel(Tank 130l), 6 cylinders, BHP: 129, KW: 96, Cooling (Water), electrics 12 Volts

No of doors 5

Standard Features:

Engine & Chassis

Air Cleaner: cyclone with snorkel

Battery: 80D26 (12V)

Brake control valve (Load Sensing Pressure Valve)

Differential – front 4.300 2P

Differential – rear 4.300 4P

Engine coolant

Engine oil cooler

Engine under body protection

Fuel filter

Fuel pump

Fuel sedimenter w/warning buzzer

High altitude compensator

Power steering

Stabiliser bar – front & rear

Transfer – BF1B 2-4 selector

Transfer box protection

Washer fluid – Methanol full fill

Exterior

Antenna – manual

Body rust protection – specified region

Bumper: front – extension 136mm

Bumper: rear – black painted + RR

reflector

Clearance lamp

Headlamp: halogen

High/Low 2-speed windshield wipers (inc. mist)

Mud guards: front & rear

Outside rear view mirror – manual, (black)

Rear quarter glass – swing

Rear step bumper

Roof rack

Side steps

Swing-out type back door

Towing hook: front and rear, closed

Windshield – green laminated

Interior

Air conditioning

Ashtray

Assist grips – front & rear

Bottle Holder (Front)

Brake fluid level warning

Cigarette lighter

Clock: digital

Dash silencer (interior only)

Door ajar warning

Door armrests: front & rear

Floor mats: rubber (FR+RR)

Floor silencer (around front pedals)

Footrest – Driver

Fuel gauge

Fuel level warning light

Fuel lid opener

Glove box: w/lock

Headrests: front and rear (2+2)

Heater: front

Idling control button

Interior rear view mirror (day and night)

Light reminder warning with buzzer

Meter illumination control

Odometer (digital)

Oil pressure warning light

One touch 2-4WD selector (H4 button)

Parking brake warning light

Pre-wiring for audio with 2 speakers and antenna

Room lamp

Seat belts: front x 3 (2 x 3 point & 1 x 2 point)

Seat belts: rear x 3 (2 x 3 point & 1 x 2point)

Seat: front, slide D: 195mm P: 135mm (bench)

Speedometer km/h

Steering column-Tilt & Telescopic &

Collapsible

Sun visors D&P

Timing belt replacement warning light

Transfer – 4WD lever & knob

Trip meter (digital)

Ventilation louvre (outlet)

Vinyl floor covering

Voltage meter w/warning light

Water temperature gauge

Miscellaneous

Owner’s manual – English

Owner’s manual – French

Tool Kit & Jack

Security & Safety

Air Bag System: D+P(driver and passenger)

Anti-lock braking system (ABS+Act Dry)

Central door locking – w/remote

Child lock (rear doors)

Horn

Tyres

Spare wheel mounted on back door,

w/lock

Tyre brand: DUNLOP

Including shipment and delivery to the customs terminal in Niamey, Niger

 

All quotations must  be sent to the following address : Niameygsoprocurement@State.gov and contractor must have an active registration into SAM (Www.sam.gov).

Local contractor SOW for the fence construction/ Installation – Apply from May 17Thth,2023 to Wednesday , May 31st , 2023 @17:00 pm.

 

 1.0 PURPOSE.

This document identifies the scope of work (SOW) for the building and installation of a grill fence on the southwest concrete wall of the compound of the US Embassy in Niger.

This SOW addresses requirements for the distances where the fence will be installed, fence elevation, material quality and sizes, types of anchorages, fence arming features, and paint finishing.

 

2.0 BACKGROUND.

Security concerns have warranted building this fence as well as to bring the property up to security code requirements.

 

3.0 REQUIREMENTS.

The contractor is to complete the following tasks as part of this project.

3.1 The contractor shall build a fence approximately (190.64 m) along the southwest side of the building, measured from the south side France Ambassador residence to west side of the entry gate to service parking lot. Contractor is responsible for verifying the length of the fence during the site visit. Remove and reinstall the existing lamps, and flowers, timers.

3.2 The contractor shall build the fence at a 3m. elevation from the top of the existing ground level.

 

 

PROJECT DESCRIPTION SUMMARY: Fence wall of 190.64 m

No Descriptions units Quantity Amount
1 Lean Concrete 50mm thick Lean Concrete Below Foundation Beams M3 3.7 M3
Trip foundation:

145 x 0.5 x 0.15

Normalized Rebars diameter 10, spacing 15 cm

M3 11
2 0.80 X 0.8 X 0.2 m Foundation PAD

Normalized Rebars diameter 10, spacing 15 cm

M3 8 M3
3 200 X 200mm Columns – 56 -Nos 10M rebar diameter/ size normalized stirrups 15 cm with rebar 8. mixing ratio 350kg/m3 M3 9.5 M3
4 20x20x40 brick wall underground. 0.4×190.64m (77 M2), 350kg/m3 mixing ratio and bricks will be tested before use. Concrete of 350kg/m3 should be poured before laying bricks  

 

M2

 

 

77 M2

5 190.64 X 0.20 x 1 m beam -Nos 10mm rebar diameter/ size normalized stirrups 15 cm with rebar 8 ratio 350kg/m3 M3 39 M3
6 expansion joints every 25 m U 8
 

7

The contractor shall install a grille, 3.5 w x 2 H of a 50mm galvanized square tube: with a 3mm thickness horizontal.

round tube of galvanized 20/27 mm black in vertical. Each round shall be topped with a steel point of a design approved by the embassy.

 

 

 

U

 

 

 

55

8 Fabricate and install a filter panel 25 x30 cm with a rebar of 14 drainage U 5
9 Install internal to structure at least 5cm diameter round PVC conduits with drag line in the base wall and on each column with junction boxes U 8
10 Provide electrical outlets lines in PVC and junction boxes u 4
11 Provide electrical security lights lines in PVC and junction boxes U 10
12 Rendering 400 m2, mixing ratio 350kg/m3 M2 400 M2
13 Painting granulated should be the same of the of the wall on the road and grille too the same on the parking lot grille 400m2 and oil base paint 130m2.

Paint on the grille should be the same of the outside parking lot color

M2 400 2
14 Gates of 3 m x 3m U 1
15 Gates of 1.5 m x 3m U 1

 

 

 

3.3 The contractor shall install a grille on top exterior side as a prolongation of the beam.

3.4 The contractor shall install a grille, 3.5 w x 2 H of a galvanized square tube.

–  50 mm galvanized square with 3mm thickness

–  Round galvanized tube of 20/27 mm black in vertical

–  expansion joints every 25 m

–  Fabricate and install a filter panel 25 x30 cm with a rebar of 14

– Every vertical round tube shall be topped with a steel point with the design approved in advance by the U.S. Embassy.

–  Two outward swinging gates with padlocks:  Gate 1 is 3 m wide by 3 m height and Gate 2 1.5m wide by 3m height outward swinging gate will have these specs:

 

Gate 1 Is a double-sided door of 3m height and 1,5m wide using same type of material and specifications as the fence which is galvanized square and tube.  Each side of the gate shall have a mounted wheel to support the weight.  Each gate will have solid steel backing on the exterior side.  The gate shall have two horizontal sliding locks on the interior side able to be secured with embassy provided padlocks.

Gate 2 Is single door of 3m height and 1,5m wide using the same type of material and specifications as the fence which is galvanized square and tube.  The gate shall have solid steel sheet on the external side. This gate shall accommodate the installation of an Embassy provided SCHLAGE double cylinder lock and two sliding locks.

 

The U.S. Embassy will provide with the following locks:

SCHLAGE lock of double cylinder deadbolt B60N.

Two padlocks

–  Provide security lights conduits with junction boxes on each column and cable size 1.5 mm² and install the lights 60W

– Provide camera conduits on fours columns (with junction boxes)

– Install GFCI Breaker 20 amps

– All conduits should be PVC

– mortar finishing of columns and beams 350kg/m3, the usual range of gravel that should be employed is between 9.5mm and 37.5mm in diameter, river sand

 

FORM WORK

All necessary boarding, supports, erecting.

framing angles, striking and removals, cleaning and wetting. Form work is measured in the same order.as the concrete item. Form work is measured as net concrete.

 

MASONARY/PLASTERING

(a)Rates shall include for cleaning out cavities, forming rebated reveals and pointing and cleaning down to reveals where necessary; fractional size blocks, all necessary machine cutting, cutting or forming chases or edges.

Rendering 400 m2, mixing ratio 350kg/m3

Four concrete steps for the gates: each 5 steps two guardrails

 

PAINTING

(b) All painting work shall be carried in accordance with the Specifications

“(c)Rate shall include for weatherproof paint finish for the wall complete including.

01 coats of oil-based wall sealer, neat application of Texture + Paint finish 02 coats of weather bond paint.”

Weather bond paint finish (Color similar to ALABASTER 13A-3P-NIPPON PAINT)

Granulated paint is required and shall be the same color with parking lot fence and grille.

3.5 The contractor shall keep a 4m distance between columns no matter if the top of the existing concrete wall drops down.

3.6 The contractor shall keep a 3.5 m distance between columns except when the existing concrete wall changes direction and the measurement of the distance between columns tends to be less than required.

3.8 The contractor shall weld the horizontal square tube bars at the bottom and top place of each column.

3.9 The contractor shall use an expansion joint in between the last column to the existing concrete wall.

3.17 The contractor shall cover the top of all hollow bars with heavy duty covers.

3.18 The contractor shall weld all base plates, columns, beams, and hollow bars with the certified welding rods to ensure the depth of fusion with stainless steel unions.

3.19 The contractor shall paint the fence with the outside exiting color primer rust preventive finishing paint.

3.20 The contractor shall apply the environmental resistant color paint for finishing that will be notified to the contractor.

–  Painting granulated should be the same of the of the wall on the road and grille too the same on the parking lot grille 400m2 and oil base paint 130m2

 

Concrete Foundation of the fence Wall:

 

CONCRETE WORKS

Lean Concrete 50mm thick Lean Concrete Below Foundation Beams

Mixing, depositing, handling and hoisting into position.

Packing and tamping around reinforcement including mechanical vibration.

Curing as specified and stop pour construction joints etc.

0.80 X 0.8 X 0.2 m Foundation PAD (for boundary wall) 10mm rebar diameter/ size normalized.

the contractor shall install at (15 cm) ratio 350kg/m3. distance between bars. 50mm thick Lean Concrete is required mixing ratio 250kg/m3.

200 X 200mm Columns – 55 -Nos 10M rebar diameter/ size normalized stirrups 15 cm with rebar 8. mixing ratio 350kg/m3

20x20x40 brick wall underground 0.4 x190.64m (77 M2), 350kg/m3 mixing ratio and bricks will be tested before use. Concrete of 350kg/m3 4.5 m3 should be poured before laying bricks.

190.64 X 0.20 x 0.1 m beam -Nos 10mm rebar diameter/ size normalized stirrups 15 cm with rebar 8 ratio 350kg/m3

 

4.0 MATERIALS AND TOOLS

4.1 The contractor shall provide labor and material that will be used on this project.

4.2 The contractor shall use his own tools needed for the project.

 

5.0 POWER

5.1 The contractor shall provide a generator for all electrical power tools and or equipment such as a welder or any other electrical power needs. Compound electrical power will only be used exceptionally for this project.

 

6.0 SITE CONDITION AND CLEAN UP

6.1 The contractor shall maintain the site in a safe and secure condition at all times.

6.2 The contractor shall maintain the site in a neat and clean condition at all times.

6.3 The contractor shall remove and dispose of all waste materials including concrete, aggregate materials, reinforcing steel rebar(s), piping, associated with the project.

6.4 The contractor shall return the construction site back into the same condition or better, as it was found prior to the start of the project.

 

7.0 PROJECT SCHEDULING

7.1 The contractor shall provide the time needed to complete this project in their project proposal they submit.

7.2 The contractor will have access to the site 6 days a week (Monday-Saturday), 10 hours per day. All work outside of this time frame will require prior approval from the Contracting Officer Representative.

7.3 The contractor shall provide verbal weekly work progress reports to be incorporated in a written weekly progress report.

7.4 the timeline for the execution of this project is 45 days maximum.

 

8.0 CONTRACTOR RESPONSIBILITIES.

The contractor shall conform to the following:

8.1 The contractor is responsible for ensuring the safety of the workers and site personnel during the project.

8.2 The contractor shall verify and be responsible for all dimensions and conditions at the job site for their tasks.

8.3 The contractor shall ensure the site is kept dry at all times.

8.4 The contractor shall be responsible for the protection of all adjacent areas against damage and shall repair all damaged areas to match existing improvements.

8.5 The contractor shall keep the construction area clean at all times and at completion of work remove all surplus materials, equipment and debris leaving the premises in a clean condition acceptable to the owner or owners’ representative.

8.6 The contractor shall perform damage restoration improvements as associated with the fence project.

8.7 The contractor shall identify and immediately bring to the attention of the Contracting Officer Representative any anomalies of concern.

 

9.0 REPORTING REQUIREMENTS.

The contractor shall provide the following:

9.1 The contractor shall provide daily verbal progress reports as requested by the Contracting Officer Representative.

9.2 The contractor shall provide verbal notice to the Contracting Officer Representative, two weeks in advance of the delivery of any and all materials and equipment to site.

9.3 The contractor shall provide written notice to the Contracting Officer Representative, one week in advance, of the need of access to the site of any additional construction personnel after the start of the project. This also pertains to delivery personnel who will need to be on site for an extended period of time, more than simply dropping off materials (i.e., operators of rental equipment, driver of material delivery truck, etc.)

9.4 The contractor shall identify and immediately bring to the attention of the Contracting Officer Representative any anomalies of concern.

 

10.0 GENERAL INFORMATION.

10.1 Throughout the project process there will be a Contracting Officer Representative on site to oversee and assist the contractor with any anomalies or areas of concern.

10.2 The contractor, upon completion of the project shall remand all documentation for the project as required by post Regional Security Officer and/or Post Security Officer.

10.3 The contractor shall surrender any/all documentation, pertaining to the project, to the Contracting Officer Representative as requested and/or required by Regional Security Officer and/or Post Security Officer.

10.4 The contractor and his personnel will be escorted at all the time when working inside the CMR.

10.5 The contractor and his personnel can use the restrooms located at support service building.

10.6 The contractor and his personnel may not visit other area than the yard.

10.7 The contractor may visit, if escorted, the general service office when required.

 

11.0 DOSAR CLAUSE 652.236-70

Accident Prevention

11.1 Contractors must demonstrate understanding of their responsibilities by addressing hazards in preplanning processes and meetings.

11.2 Prior to starting a project, each contractor is required to review the work site and identify hazards that may occur while performing the job.

– Hazard identification shall be accomplished by conducting an Activity Hazard Analysis (AHA) for individual tasks.

– This requirement shall include the submission of AHA documentation.

– AHA forms and general information can be obtained from Embassy Post Occupational Safety and Health Officer (POSHO) and/or the Contracting Officer Representative.

11.3 Prior to starting a project, the contractor shall contact Contracting Officer Representative, to ensure they have received pertinent information for the project including requirements for permits, floor plans, utility information, asbestos, lead based paint, and other hazardous materials.

11.4 Contractors must provide their employees with a safe and healthful condition of employment.

11.5 Contractors are expected to provide a” competent person” to implement site health and safety plan and to oversee its compliance. A competent person is an individual who, by way of training and/or experience, is knowledgeable of applicable standards, is capable of identifying workplace hazards relating to the specific operation, is designated by the employer, and has authority to take appropriate actions.

11.6 The Contractor shall be responsible for the removal and/or disposal of hazardous waste generated from the project. Hazardous waste generated from the project must be removed and disposed of in accordance with the Department’s Hazardous Waste Management Policy as well as local rules and regulations.

11.7 The contractor shall ensure proper safety health and environmental requirements of US Army Corps of Engineers EM 385-1-1 manual applicable to their project are followed. EM 385-1-1 information can be obtained through the Post Occupational Safety and Health Officer (POSHO) and/or the Contracting Officer Representative.

11.8 The contractor shall ensure individuals working at the site are trained and are aware of potential hazards. Contractors shall ensure that these individuals are provided with proper safety equipment to prevent accidental injury in accordance with the requirements of the contract.

11.9 Contractors will report accidents to POSHO.

Request for Quotations  PR11651475

The U.S. Embassy in Niamey is seeking for prospective suppliers for below items :

  • Gastrointestinal Panel IVD, 30 Tests   quantity : 2
  • Respiratory Panel 2.1 IVD, 30 Tests     quantity : 2
  • COVID-19 Test IVD, 30 Tests                 quantity : 2.

Please submit your offer to NiameyGSOProcurement@state.gov by May 13 2023, at 17:00.

The U.S. Embassy in Niamey is seeking for prospective contractors for Dedicated Internet – 66 Mbps

Optic Fiber connectivity.  Duration: 3 months

Please submit your offer to NiameyGSOProcurement@state.gov by May 17, 2023, at 17:00.

The U.S. Embassy in Niamey is seeking prospective contractors for the construction of a fence wall with below scope of work. The bid will close on Tuesday, April 18th,  2023, at 17:30 pm local time.

 

Project title:  Construction of fence wall

 

1.0 PURPOSE.

This document identifies the scope of work (SOW) for the building and installation of a grill fence on the southwest concrete wall of the compound of the US Embassy in Niger.

This SOW addresses requirements for the distances where the fence will be installed, fence elevation, material quality and sizes, types of anchorages, fence arming features, and paint finishing.

 

2.0 BACKGROUND.

Security concerns have warranted building this fence as well as to bring the property up to security code requirements.

 

3.0 REQUIREMENTS.

The contractor is to complete the following tasks as part of this project.

3.1 The contractor shall build a fence approximately (146 m) along the southwest side of the building, measured from the south side France Ambassador residence to west side of the entry gate to service parking lot. Contractor is responsible for verifying the length of the fence during the site visit. Remove and reinstall the existing lamps, and flowers, timers.

3.2 The contractor shall build the fence at a 3m. elevation from the top of the existing ground level.

3.3 The contractor shall install a grille on top exterior side as a prolongation of the beam.

3.4 The contractor shall install a grille, 3.5 w x 2 H of a square tube.

–  50 thickness 3 mm horizontal

–  round tube 20/27 mm vertical

–  expansion joints every 25 m

–  Fabricate and install a filter panel 25 x30 cm with a rebar of 14

–  Two gates with padlocks

–  Provide security lights conduits with junction boxes on each column and cable size 1.5 mm² and install the lights 60W

– Solar street security lights all in one D280W, recommended installation height 6-8 m ,24 units. High-capacity lithium batterie built in 650WH. WATERPROOF

– Provide camera conduits on fours columns (with junction boxes)

– Install GFCI Breaker 20 amps

– All conduits should be PVC

– mortar finishing of columns and beams 350kg/m3, the usual range of gravel that should be employed is between 9.5mm and 37.5mm in diameter, river sand

 

FORM WORK

All necessary boarding, supports, erecting.

framing angles, striking and removals, cleaning and wetting. Form work is measured in the same order.as the concrete item. Form work is measured as net concrete.

 

MASONARY/PLASTERING

(a)Rates shall include for cleaning out cavities, forming rebated reveals and pointing and cleaning down to reveals where necessary; fractional size blocks, all necessary machine cutting, cutting or forming chases or edges.

Rendering 400 m2, mixing ratio 350kg/m3

Four concrete steps for the gates: each 5 steps two guardrails

 

PAINTING

(b) All painting work shall be carried in accordance with the Specifications.

(c)Rate shall include for weatherproof paint finish for the wall complete including.

01 coats of oil-based wall sealer, neat application of Texture + Paint finish 02 coats of weather bond paint.”

Weather bond paint finish (Color similar to ALABASTER 13A-3P-NIPPON PAINT)

Granulated paint is required and shall be the same color with parking lot fence and grille.

3.5 The contractor shall keep a 4m distance between columns no matter if the top of the existing concrete wall drops down.

3.6 The contractor shall keep a 4 m distance between columns except when the existing concrete wall changes direction and the measurement of the distance between columns tends to be less than required.

3.8 The contractor shall weld the horizontal square tube bars at the bottom and top place of each column.

3.9 The contractor shall use an expansion joint in between the last column to the existing concrete wall.

3.17 The contractor shall cover the top of all hollow bars with heavy duty covers.

3.18 The contractor shall weld all base plates, columns, beams, and hollow bars with the certified welding rods to ensure the depth of fusion with stainless steel unions.

3.19 The contractor shall paint the fence with the outside exiting color primer rust preventive finishing paint.

3.20 The contractor shall apply the environmental resistant color paint for finishing that will be notified to the contractor.

–  Painting granulated should be the same of the of the wall on the road and grille too the same on the parking lot grille 350 m2 and oil base paint 100m2

 

Concrete Foundation of the fence Wall:

 

CONCRETE WORKS

Lean Concrete 50mm thick Lean Concrete Below Foundation Beams Mixing, depositing, handling, and hoisting into position.

Packing and tamping around reinforcement including mechanical vibration.

Curing as specified and stop pour construction joints etc.

0.65X 0.25X146 m Foundation (for boundary wall) 10mm rebar diameter/ size normalized the contractor shall install at (15 cm). distance between bars.

200 X 200mm Columns – 48 -Nos 10M rebar diameter/ size normalized stirrups 15 cm with rebar 8

26x20x40 brick wall underground 1mx146m, 350kg/m3 mixing ratio and bricks will be tested before use.

146 X 0.20 x 0.1 m beam -Nos 10mm rebar diameter/ size normalized stirrups 15 cm with rebar 8

 

4.0 MATERIALS AND TOOLS

4.1 The contractor shall provide labor and material that will be used on this project.

4.2 The contractor shall use his own tools needed for the project.

 

5.0 POWER

5.1 The contractor shall provide a generator for all electrical power tools and or equipment such as a welder or any other electrical power needs. Compound electrical power will only be used exceptionally for this project.

 

6.0 SITE CONDITION AND CLEAN UP

6.1 The contractor shall always maintain the site in a safe and secure condition.

6.2 The contractor shall always maintain the site in a neat and clean condition.

6.3 The contractor shall remove and dispose of all waste materials including concrete, aggregate materials, reinforcing steel rebar(s), piping, associated with the project.

6.4 The contractor shall return the construction site back into the same condition or better, as it was found prior to the start of the project.

7.0 PROJECT SCHEDULING

7.1 The contractor shall provide the time needed to complete this project in their project proposal they submit.

7.2 The contractor will have access to the site 6 days a week (Monday-Saturday), 10 hours per day. All work outside of this time frame will require prior approval from the Contracting Officer Representative.

7.3 The contractor shall provide verbal weekly work progress reports to be incorporated in a written weekly progress report.

7.4 the timeline for the execution of this project is 45 days maximum.

 

8.0 CONTRACTOR RESPONSIBILITIES.

The contractor shall conform to the following:

8.1 The contractor is responsible for ensuring the safety of the workers and site personnel during the project.

8.2 The contractor shall verify and be responsible for all dimensions and conditions at the job site for their tasks.

8.3 The contractor shall ensure the site is kept dry at all times.

8.4 The contractor shall be responsible for the protection of all adjacent areas against damage and shall repair all damaged areas to match existing improvements.

8.5 The contractor shall keep the construction area clean at all times and at completion of work remove all surplus materials, equipment and debris leaving the premises in a clean condition acceptable to the owner or owners’ representative.

8.6 The contractor shall perform damage restoration improvements as associated with the fence project.

8.7 The contractor shall identify and immediately bring to the attention of the Contracting Officer Representative any anomalies of concern.

 

9.0 REPORTING REQUIREMENTS.

The contractor shall provide the following:

9.1 The contractor shall provide daily verbal progress reports as requested by the Contracting Officer Representative.

9.2 The contractor shall provide verbal notice to the Contracting Officer Representative, two weeks in advance of the delivery of any and all materials and equipment to site.

9.3 The contractor shall provide written notice to the Contracting Officer Representative, one week in advance, of the need of access to the site of any additional construction personnel after the start of the project. This also pertains to delivery personnel who will need to be on site for an extended period of time, more than simply dropping off materials (i.e., operators of rental equipment, driver of material delivery truck, etc.)

9.4 The contractor shall identify and immediately bring to the attention of the Contracting Officer Representative any anomalies of concern.

 

10.0 GENERAL INFORMATION.

10.1 Throughout the project process there will be a Contracting Officer Representative on site to oversee and assist the contractor with any anomalies or areas of concern.

10.2 The contractor, upon completion of the project shall remand all documentation for the project as required by post Regional Security Officer and/or Post Security Officer.

10.3 The contractor shall surrender any/all documentation, pertaining to the project, to the Contracting Officer Representative as requested and/or required by Regional Security Officer and/or Post Security Officer.

10.4 The contractor and his personnel will be escorted at all the time when working inside the CMR.

10.5 The contractor and his personnel can use the restrooms located at support service building.

10.6 The contractor and his personnel may not visit other area than the yard.

10.7 The contractor may visit, if escorted, the general service office when required.

 

11.0 DOSAR CLAUSE 652.236-70

Accident Prevention

11.1 Contractors must demonstrate understanding of their responsibilities by addressing hazards in preplanning processes and meetings.

11.2 Prior to starting a project, each contractor is required to review the work site and identify hazards that may occur while performing the job.

– Hazard identification shall be accomplished by conducting an Activity Hazard Analysis (AHA) for individual tasks.

– This requirement shall include the submission of AHA documentation.

– AHA forms and general information can be obtained from Embassy Post Occupational Safety and Health Officer (POSHO) and/or the Contracting Officer Representative.

11.3 Prior to starting a project, the contractor shall contact Contracting Officer Representative, to ensure they have received pertinent information for the project including requirements for permits, floor plans, utility information, asbestos, lead based paint, and other hazardous materials.

11.4 Contractors must provide their employees with a safe and healthful condition of employment.

11.5 Contractors are expected to provide a” competent person” to implement site health and safety plan and to oversee its compliance. A competent person is an individual who, by way of training and/or experience, is knowledgeable of applicable standards, is capable of identifying workplace hazards relating to the specific operation, is designated by the employer, and has authority to take appropriate actions.

11.6 The Contractor shall be responsible for the removal and/or disposal of hazardous waste generated from the project. Hazardous waste generated from the project must be removed and disposed of in accordance with the Department’s Hazardous Waste Management Policy as well as local rules and regulations.

11.7 The contractor shall ensure proper safety health and environmental requirements of US Army Corps of Engineers EM 385-1-1 manual applicable to their project are followed. EM 385-1-1 information can be obtained through the Post Occupational Safety and Health Officer (POSHO) and/or the Contracting Officer Representative.

11.8 The contractor shall ensure individuals working at the site are trained and are aware of potential hazards. Contractors shall ensure that these individuals are provided with proper safety equipment to prevent accidental injury in accordance with the requirements of the contract.

11.9 Contractors will report accidents to POSHO.

Niamey wall fence construction Services solicitation (pdf 674 KB) 

CMR Fence Drawing Details ( pdf 104kb) 

All quotations must  be sent to the following address  : NiameyGSOProcurement@State.gov and contractor must have an active registration into SAM (www.sam.gov).

DÉPARTEMENT D’ÉTAT DES ÉTATS-UNIS
AMBASSADE DES ÉTATS-UNIS, NIAMEY

Avis d’opportunité de financement

 

Titre du programme : Fonds Spécial d’Auto-Assistance de l’Ambassadeur

Numéro de l’opportunité de financement : NIGER-SSH-FY2022

Date limite de dépôt des dossiers de proposition de projet : 30 avril 2023

Numéro de Référencement de la subvention (Assistance Listing Number) : 19.220                    

 

A. DESCRIPTION DU PROGRAMME

L’ambassade des États-Unis à Niamey / Bureau des affaires africaines du Département d’État des États-Unis annonce une compétition ouverte pour les organisations qui souhaitent soumettre des propositions de projet pour le programme spécial d’auto-assistance (SSH) de l’ambassadeur afin de mettre en œuvre un projet de soutien au développement socio-économique des communautés au Niger.  Le programme d’auto-assistance spéciale des ambassadeurs (SSH) est un programme d’assistance de base qui permet aux ambassades américaines de répondre rapidement aux demandes locales de petits projets de développement communautaire. Les projets spéciaux d’auto-assistance sont communautaires, initiés localement, administrés au niveau local et comprennent des contributions communautaires importantes en espèces, en main-d’œuvre ou en matériel. Le programme spécial d’auto-assistance est structuré de manière à encourager les communautés à être autonomes et à entreprendre des activités similaires par elles-mêmes à l’avenir. Veuillez suivre toutes les instructions ci-dessous afin de soumettre une bonne proposition de projet.

 

Région prioritaire : toutes les huit régions du Niger

Objectifs du programme :

Malgré les progrès significatifs réalisés par le Niger au cours de la dernière décennie, le taux d’extrême pauvreté du pays est resté élevé à 41,8% en 2021, touchant plus de 10 millions de personnes. L’économie du Niger dépend principalement de l’agriculture de subsistance et est donc confrontée à de multiples problèmes de développement. Le plus crucial est une croissance démographique rapide (un taux de fécondité de plus de sept naissances vivantes par femme) contrastant avec une faible croissance économique. Par conséquent, la croissance démographique dépasse la capacité du gouvernement d’offrir des services de base durables. Dans de telles situations, les membres des communautés locales s’organisent souvent pour participer activement au développement et l’amélioration des conditions de vie de leurs communautés.

Le Fonds d’auto-assistance fournit de petites subventions à court terme à des structures communautaires qui s’efforcent d’améliorer les conditions économiques et sociales de base de leurs communautés. En d’autres termes, le fonds fournit aux groupes des ressources pour mettre en œuvre des projets qui améliorent les conditions de vie dans leurs communautés.

 

Les résultats spécifiques pourraient inclure, de manière non-exhaustive, les éléments suivants :

  • Amélioration des installations éducatives (Exemple : construction de salles de classe, construction de bibliothèques, acquisition de matériel pour les élèves, construction de latrines à l’école)
  • Amélioration des établissements de santé (Exemple : amélioration du cadre des centres de santé communautaires, fourniture d’équipements médicaux aux centres de santé communautaires)
  • Amélioration de l’accès à l’eau potable et aux installations sanitaires (exemple : construction de puits ou de forages, construction de latrines)
  • Possibilités d’emploi pour les jeunes (Exemple : activités génératrices de revenus, formation professionnelle, construction d’un atelier d’apprentissage des compétences professionnelles)
  • Autonomisation sociale et économique des femmes et des filles (Exemple : fourniture de moulins à grains dans les communautés rurales, fourniture de machines d’extraction d’huile, autres activités génératrices de revenus)
  • Réduction de l’écart entre les sexes au niveau de l’éducation (exemple : rehaussement du taux d’éducation des filles, cours d’alphabétisation)
  • Sécurité alimentaire accrue des ménages (exemple : jardin communautaire, élevage, entreposage des produits agricoles)
  • Augmentation du revenu des ménages (exemple : développement des moyens de subsistance, amélioration de la productivité et de la rentabilité des agriculteurs)
  • Plus de possibilités pour les personnes handicapées (exemple : habileté artisanale, éducation spécialisée, création d’emplois)
  • Réduction de la dégradation de l’environnement (Exemples : fourniture de cuisines respectueuses de l’environnement, agriculture intelligente face au climat, restauration des terres, production d’engrais naturels, recyclage)

Le programme d’auto-assistance ne peut payer que les articles et l’assistance technique qui sont absolument nécessaires à la réalisation du projet.

Le programme d’auto-assistance NE PEUT PAS être utilisé :

  • Pour les frais administratifs et les salaires.
  • Pour acheter de l’équipement comme des véhicules et du matériel de bureau.
  • Activités à vocation purement policière, militaire ou culturelle.
  • Projets religieux à moins qu’ils n’aident véritablement l’ensemble de la communauté sans tenir compte de l’appartenance religieuse.
  • Entreprises personnelles.
  • Bourses, dons, ou honoraires.
  • Fournitures de bureau telles que crayons, papier, formulaires et dossiers.
  • Pour les projets axés sur les réfugiés ou les personnes déplacées.
  • Pour financer des projets ayant une quelconque affiliation aux activités des droits de l’homme

Les postulants ne sont autorisés à soumettre qu’une seule proposition par organisation.

Toute organisation figurant sur le système de liste des parties exclues (EPLS) du système de gestion des subventions (SAM) n’est pas éligible pour prétendre à un financement.

 

Participants et parties prenantes :

Les membres de la communauté et les groupes ayant un besoin réel sont ceux qui doivent bénéficier des activités du projet SSH. Les organisations qui souhaitent soumettre une proposition doivent collaborer avec les autorités locales et les dirigeants communautaires pour évaluer le besoin et planifier les activités.

 

B.  INFORMATIONS SUR LA SUBVENTION

Durée de la période d’exécution : 03 à 12 mois

Nombre de projets pouvant être financés : 5 à 10 projets (selon les montants)

Montants des financements : les financements peuvent varier d’un minimum de $3000 à un maximum de $10000

Type de financement :  Fonds de soutien économique pour l’exercice 2022 en vertu de la Loi sur l’aide à l’étranger

Date prévue du début du programme :  juillet 2022

 

Cet avis est assujetti à la disponibilité du financement.

Type d’instrument de financement : GRANT

Période de mise en œuvre du programme : Les projets proposés doivent être terminés en 12 mois ou moins.

 

C. INFORMATIONS SUR L’ÉLIGIBILITÉ

  1. Structures éligibles

Un projet SSH doit être soumis par une structure organisée qui est motivé, qui a identifié un besoin réel et qui a déjà mis en œuvre avec succès des projets dans la communauté. Le projet doit être réalisable et fondé sur le contexte socio-économique de la communauté locale. Tous les postulants doivent être des organismes à but non lucratif enregistrés au Niger. Nous accueillons favorablement les propositions d’organisations communautaires et non gouvernementales (ONG) qui travaillent directement avec les communautés. Les organisations doivent être en mesure de démontrer qu’elles ont mis en place des contrôles internes et des systèmes financiers adéquats.

 

  1. Engagement communautaire local

Tous les projets spéciaux d’auto-assistance sont communautaires, initiés localement, administrés au niveau local et comprennent des contributions communautaires importantes en espèces, en main-d’œuvre ou en matériel.  Une participation importante de la communauté à l’activité est requise.  Les contributions peuvent inclure de la main-d’œuvre, des matériaux (briques, sable, gravier, semences, etc.), des terrains, des bâtiments ou de l’argent pour assurer le succès du projet. L’implication locale de l’organisation ou du groupe doit être d’au moins 10% en espèces ou en nature du coût total du projet.  La contribution personnelle du financement peut être cruciale pour faire un choix entre deux demandes solides.

De plus, les dirigeants communautaires doivent également signer la déclaration d’intérêt.  Les dirigeants communautaires comprennent les dirigeants municipaux locaux, les chefs religieux, les chefs tribaux ou de clans, ou tout organe directeur qui supervise l’endroit où le projet sera mis en œuvre.  Au moins un leader communautaire doit signer la déclaration d’intérêt, mais les signatures multiples sont fortement encouragées.  Les dirigeants communautaires peuvent également soumettre des lettres de soutien au projet, à condition qu’ils mentionnent spécifiquement le projet par son titre.

 

  1. Critères requis pour les projets :
  • Le projet devrait contribuer à améliorer les conditions économiques ou sociales de base au niveau de la communauté locale et avoir une valeur à long terme.
  • Le projet doit avoir un impact élevé et bénéficier au plus grand nombre de personnes possible.
  • Une participation importante de la communauté à l’activité est requise. Les contributions peuvent inclure de la main-d’œuvre, des matériaux (briques, sable, gravier, semences, etc.), des terrains, des bâtiments ou de l’argent donné pour assurer le succès du projet.
  1. Autres conditions d’admissibilité

Les Organizations sont encouragés à avoir un identifiant d’entité unique (UEI), ainsi qu’un enregistrement valide sur www.SAM.gov. Veuillez-vous rendre sur SAM.gov  pour enregistrer votre organisation.  L’enregistrement SAM doit être renouvelé chaque année.

 

D. RENSEIGNEMENTS SUR LA PROPOSITION ET LA SOUMISSION

  1. Adresse pour solliciter un dossier pour soumettre une proposition de projet

Cet appel à proposition sera publié sur le site Web l’ambassade des États-Unis de Niamey: https://ne.usembassy.gov/embassy/embassy-solicitations/ et sur le site  grants.gov. Les formulaires requis pour soumettre un dossier de demande de financement sont disponibles sous demande auprès de l’ambassade à l’adresse Niameygrants@state.gov

 

  1. Contenu et format de soumission de proposition de projet

Veuillez suivre attentivement toutes les instructions ci-dessous. Les propositions qui ne répondent pas aux exigences de la présente annonce ou qui ne sont pas conformes aux exigences énoncées ne seront pas admissibles.

 

Eléments du dossier à soumettre

Veuillez-vous assurer avoir inclus :

  • Le formulaire de proposition SSH renseigné
  • Budget :
  • Détail des lignes budgétaires (en Excel)
  • Budget Narratif : utilisez une feuille de papier distincte (Word) pour décrire en détail chacune des dépenses budgétaires.
  • Formulaires de demande obligatoires à télécharger à https://www.grants.gov/web/grants/forms/sf-424-family.html
  • SF-424 (Demande de financement fédérale – pour les organisations)
  • SF-424A (Information budgétaire pour les programmes non-construction) ou SF-424C (Information budgétaire pour les programmes de construction)
  • SF-424B (Déclarations pour les programmes non-construction) ou SF-424D (Déclarations – Programmes de construction) (remarque : le SF-424B n’est requis que pour les organisations non inscrites à SAM.gov)

Format

  • Tous les documents sont en anglais (une version en Français du modèle de proposition pourrait être conjointe pour appuyer la version anglaise)
  • Tous les budgets sont en dollars américains
  • Tous les documents Microsoft Word sont des polices Times New Roman à simple interligne à 12 points, avec des marges minimales de 1 pouce.

 

  1. Pièces jointes :
  • CV ou curriculum vitae de 1 page du personnel clé qui est proposé pour le projet
  • Lettres d’appui des partenaires du projet (si disponibles) décrivant les rôles et les responsabilités de chaque partenaire
  • Lettres d’autorisation officielles (si nécessaire pour les activités du projet)
  • Une copie du certificat d’autorisation de l’organisation.
  • Une lettre d’approbation pour le projet de la part d’une autorité locale et/ou du conseil municipal ou du maire.

Remarque : Les organisation qui ne suivent pas ce format ou qui sont incomplètes ne seront pas prises en considération.

 

  1. Autres exigences pour la soumission des dossiers

Tous les documents doivent être soumis par courriel à Niameygrants@state.gov

 

E. RENSEIGNEMENTS SUR L’EXAMEN DES DEMANDES DE FINANCEMENT

  1. Critères

Chaque demande sera évaluée en fonction des critères d’évaluation décrits ci-dessous. Le score total possible est de 100 points.

Qualité et faisabilité de l’idée de projet25 points (L’idée de projet est-elle bien communiquée et réalisable ?  Le projet répond-il adéquatement à un besoin déclaré au sein d’une communauté? Le projet bénéficie-t-il d’un fort soutien de la communauté? Y a-t-il un impact substantiel sur la communauté touchée ?)

Capacité organisationnelle et expérience de l’organisation10 points (L’organisation est-elle bien connue du public? l’organisation a-t-elle mené des activités similaires dans le domaine ciblé?)

Nombre de bénéficiaires – 20 points (Le projet doit être en mesure de quantifier et de rendre compte du nombre de bénéficiaires servis avec le financement reçu. Le projet bénéficie-t-il au plus grand nombre possible de bénéficiaires?  Le nombre de bénéficiaires est-il important par rapport aux activités et au financement demandé ?)

Planification du programme/capacité d’atteindre les objectifs10 points (Les objectifs du projet sont-ils clairement énoncés? La proposition comprend-elle un calendrier de mise en œuvre raisonnable ?)

Budget (Excel et narratif)10 points (Le budget est-il complet et bien défini ? Le budget est-il raisonnable ?)

Plan de suivi et d’évaluation 10 points (l’organisation a-t-elle mis en place un mécanisme de S&E bien défini ?)

Pérennisations des activités du projet15 points (Le projet est-il pérenne ?  Le projet pourra-t-il se poursuivre sans investissement supplémentaire?  Les mesures de succès suggérées sont-elles adéquates? )

 

  1. Processus d’examen des dossiers et de sélection

Un comité d’attribution des subventions de l’ambassade des États-Unis examinera toutes les dossiers soumis et les organisations présélectionnés pourront être invités à soumettre des informations supplémentaires.

 

F. RENSEIGNEMENTS SUR LA GESTION DES SUBVENTIONS FÉDÉRALES

  1. L’Avis d’attribution de la subvention

La convention d’octroi de subvention sera rédigée, signée, attribuée et administrée par le gestionnaire des subventions. L’accord d’attribution de la subvention est le document d’autorisation, et il sera remis par courriel à l’organisation sélectionnée pour examen et signature. Le bénéficiaire ne peut commencer à engager des dépenses sur le financement qu’à compter de la date de début indiquée sur le document d’octroi de subvention signé par le gestionnaire des subventions.

Si une proposition de projet est sélectionnée pour un financement, le Département d’État n’a aucune obligation de fournir un financement supplémentaire à l’avenir. Le renouvellement d’une subvention pour augmenter le financement ou prolonger la période de performance est à la discrétion du Département d’État.

La publication de cet Appel à Proposition ne constitue pas un engagement d’attribution de la part du gouvernement des États-Unis, ni n’engage le gouvernement des États-Unis à payer les coûts engagés dans la préparation et la soumission des propositions. En outre, le gouvernement américain se réserve le droit de rejeter tout ou partie des propositions reçues.

 

  1. Rapports

Exigences en matière de rapports : Les Organisations sélectionnées devront soumettre des rapports financiers et des rapports programmatiques.  Le document d’attribution précisera les dates et la fréquence à laquelle ces rapports doivent être soumis.

U.S. DEPARTMENT OF STATE
U.S EMBASSY, NIAMEY

Notice of Funding Opportunity

 Funding Opportunity Title: Ambassadors’ Special Self-Help Fund   

Funding Opportunity Number: NIGER-SSH-FY2022

Deadline for Applications: April 30, 2023

Assistance Listing Number: 19.220              

 

A. PROGRAM DESCRIPTION

The U.S. Embassy Niamey / Bureau of African affairs of the U.S. Department of State announces an open competition for organizations to submit applications for the Ambassadors’ Special Self-Help (SSH) to carry out a program to support the Socio-Economic development of communities in Niger.  The Ambassadors’ Special Self-Help (SSH) program is a grass-roots assistance program that allows U.S. embassies to respond quickly to local requests for small community-based development projects. Special Self-Help projects are community-based, initiated locally, administered at the local level, and include significant community contributions in cash, labor or materials. The Special Self-Help program is structured to encourage communities to be self-reliant and undertake similar activities on their own in the future. Please follow all instructions below.

 Priority Region: Applicants can submit project proposals to be implemented in any area of the eight regions of Niger.

Program Objectives:

Despite significant strides made by Niger over the past decade, the country’s extreme poverty rate remained high at 41.8% in 2021, affecting more than 10 million people. Niger’s economy depends primarily on subsistence agriculture. The country’s economy is vulnerable to climate change and its population, more than 70% of whom work in subsistence agriculture, is affected by volatile weather conditions. The most crucial issue the country is facing is a rapid population growth (a fertility rate of over seven live births per woman) contrasted with low economic growth. Consequently, population growth outpaces the government’s ability to offer sustained basic services. In such situations, community members often organize themselves for community development and improvement.

The Self-Help fund provides small, short-term grants to community groups that are working to improve the basic economic and social conditions of their communities. In other words, the fund provides groups with resources to implement projects that improve living and social conditions in their communities.

Specific results could include, but not limited to the following:

  • Improved educational facilities (Example: Classroom construction, Library construction, Acquisition of student materials, Construction of latrines at school)
  • Improved health facilities (Example: improvement of community health centers, provision of medical equipment to community health centers)
  • Improved access to clean water and sanitation facilities (Example: well or borehole construction, latrine construction)
  • Youth employment opportunities (Example: Income generating activities, vocational training, Construction of a workshop for vocational skills learning)
  • Social and economic empowerment of women and girls (Example: Provisions of grain mills in rural communities, provision of oil extraction machines, other income generating activities)
  • Reduction in gender gap for education benefits (Example: girls’ education, literacy classes)
  • Increased households food security (Example: community garden, livestock breeding, crops storage)
  • Increased household income (Example: Livelihood Development, improving farmers’ productivity and profitability)
  • More opportunities for people living with disabilities (Example: craftmanship skill, special education, creation of job opportunity)
  • Reduction in environment degradation (Examples: Provision of environmentally friendly cooking stoves, Climate Smart Agriculture, land restoration, production of natural fertilizers, recycling)

The Self Help Program may only pay for items and technical assistance that are absolutely necessary for the completion of the project.

The Self Help Program cannot be used:

  • for administrative costs and salaries.
  • to buy equipment like vehicles and office equipment.
  • Activities with a purely police, military, or cultural emphasis.
  • Religious projects unless they genuinely assist the whole community without regard to religious affiliation.
  • Personal businesses.
  • Scholarships, donations, or honorariums.
  • Office supplies such as pencils, paper, forms, and folders.
  • For projects that focus on refugees or displaced persons.
  • to fund project with any affiliation to Human Rights activities

 

Applicants are only allowed to submit one proposal per organization.

Any applicant listed on the Excluded Parties List System (EPLS) in the System for Award Management (SAM) is not eligible to apply for an assistance award.

 

Participants and Audiences:

Community members/groups with a real need should benefit from SSH project activities. Organizations that want to submit a proposal must collaborate with local authorities and community leaders to assess the need and plan for activities.

 

B. FEDERAL AWARD INFORMATION

Length of performance period: Proposed programs should be completed in 03 to 12 months.

Number of awards anticipated: 5 to 10 awards (dependent on amounts)

Award amounts: awards may range from a minimum of $3,000 to a maximum of $10,000.

Type of Funding:  FY2021 Economic Support Funds under the Foreign Assistance Act

Anticipated program start date:  July 2022

This notice is subject to availability of funding.

Funding Instrument Type:  GRANT

 

C. ELIGILIBITY INFORMATION

  1. Eligible Applicants

An SSH project must be submitted by an organized group that is motivated, has identified a real need, and has already successfully implemented projects in the community. The project should be feasible and based on the socio-economic context of the local community. All applicants must be registered Non-Profit Organizations. We welcome proposals from Community and Non-Governmental Organizations (NGOs) that work directly with communities. Organizations must be able to demonstrate that they have adequate internal controls and financial systems in place.

 

  1. Local Community Involvement

All Special Self-Help projects are community-based, initiated locally, administered at the local level, and include significant community contributions in cash, labor or materials.  Substantial community participation in the activity is required.  Contributions may include labor, materials (bricks, sand, gravel, seeds, etc.), land, buildings, or money to ensure the success of the project. Local involvement of the organization or group must be at least 10% in cash or in kind of the total project costs.  The personal contribution of funding may be crucial to make a choice between two viable requestors.

Additionally, community leaders must also sign the statement of interest.  Community leaders include local municipal leaders, religious leaders, tribal or clan leaders, or any governing body that has oversight over where the project will be implemented.  At least one community leader must sign the statement of interest, however, multiple signatures are strongly encouraged.  Community leaders may also submit letters of support for the project, so long as they specifically mention the project by title.

  1. Project eligibility criteria:
  • The project should help improve basic economic or social conditions at the local community level and have long-term value.
  • The project should be high impact, benefiting the greatest number of people possible.
  • Substantial community participation in the activity is required. Contributions may include labor, materials (bricks, sand, gravel, seeds, etc.), land, buildings, or money that is given to ensure the success of the project.
  1. Other Eligibility Requirements

 

Organizations are encouraged to have a unique entity identifier (UEI), as well as a valid registration on www.SAM.gov. Please go to SAM.gov  to register your organization.  SAM registration must be renewed annually.

 

D. APPLICATION AND SUBMISSION INFORMATION

  1. Address to Request Application Package

 

This Notice of Funding Opportunity will be posted on the US Embassy, Niamey website: https://ne.usembassy.gov/embassy/embassy-solicitations/, and on  grants.gov. Application forms required to submit a proposal are available upon request at Niameygrants@state.gov

 

  1. Content and Form of Application Submission

 

Please follow all instructions below carefully. Proposals that do not meet the requirements of this announcement or fail to comply with the stated requirements will be ineligible.

 

Content of Application

 

Please ensure submission of:

  • The Completed SSH Proposal Template
  • The Completed Budget package:
  • Budget spreadsheet: detailed line-item budget (in Excel)
  • Budget Justification Narrative: use a separate sheet of paper (Word) to describe each of the budget expenses in detail.
  • Mandatory application forms to be downloaded at https://www.grants.gov/web/grants/forms/sf-424-family.html
  • SF-424 (Application for Federal Assistance – organizations)
  • SF-424A(Budget Information for Non-Construction programs) or SF-424C (Budget Information for Construction Programs)
  • SF-424B(Assurances for Non-Construction programs) or SF-424D (Assurances – Construction Programs) (note: the SF-424B is only required for individuals and for organizations not registered in SAM.gov)

 

Format

  • All documents are in English (a French version of the proposal template could be joint to support the English version)
  • All budgets are in U.S. dollars.
    • All Microsoft Word documents are single-spaced, 12-point Calibri font, with a minimum of 1-inch margins.

 

  1. Attachments:
  • 1-page CV or resume of key personnel who are proposed for the program
  • Letters of support from program partners (if available) describing the roles and responsibilities of each partner
  • Official permission letters (if required for program activities)
  • A copy of the organization’s registration certificate.
  • A letter of approval for proposed project from the local authority, and/or local town or district council.

Note: Applications that do not follow this format or are incomplete will not be considered.

 

  1. Other Submission Requirements

All application materials must be submitted by email to Niameygrants@state.gov

 

E. APPLICATION REVIEW INFORMATION

  1. Criteria

Each application will be evaluated and rated on the basis of the evaluation criteria outlined below. The total possible score is 100 points.

Quality and Feasibility of the Program Idea 25 points (Is the project idea communicated well and feasible? Does the project adequately fulfill a stated need within a community? Does the project show strong community support? Is there a substantial impact on the affected community?)

Organizational Capacity and Record on Previous Grants10 points (Is the organization well-known by the public? has the organization carried out similar activities in the targeted area?)

Number of Beneficiaries – 20 points (The project needs to be able to quantify and report on the number of beneficiaries served with the funding received. Does the project benefit the broadest numbers of beneficiaries possible? Is the beneficiary number significant in relation to the proposed project activities and funding?)

Program Planning/Ability to Achieve Objectives10 points (Are the project objectives clearly stated? Does the proposal include a reasonable implementation timeline?)

Budget (spreadsheet and narrative)10 points (Is the budget complete, and well defined? Is the budget reasonable? has the organization provided a narrative budget)

Monitoring and evaluation plan 10 points (has the organization set a well-defined M&E mechanism? Are the suggested measurements of success adequate?)

Sustainability15 points (Is the project sustainable in the long term?  Will the project be able to continue without additional investment? )

 

  1. Review and Selection Process

The U.S. Embassy’s Grants Committee will review all submissions and short-listed candidates will be contacted with requests for additional information and may be asked to submit additional information.

 

F. FEDERAL AWARD ADMINISTRATION INFORMATION

  1. Federal Award Notices

The grant award agreement will be written, signed, awarded, and administered by the Grants Officer. The assistance award agreement is the authorizing document, and it will be provided to the recipient for review and signature by email. The recipient may only start incurring program expenses beginning on the start date shown on the grant award document signed by the Grants Officer.

If a proposal is selected for funding, the Department of State has no obligation to provide any additional future funding. Renewal of an award to increase funding or extend the period of performance is at the discretion of the Department of State.

Issuance of this NOFO does not constitute an award commitment on the part of the U.S. government, nor does it commit the U.S. government to pay for costs incurred in the preparation and submission of proposals. Further, the U.S. government reserves the right to reject any or all proposals received.

 

  1. Reporting

Reporting Requirements: Recipients will be required to submit financial reports and program reports. The award document will specify how often these reports must be submitted.

U.S. DEPARTMENT OF STATE

U.S. EMBASSY NIAMEY, PUBLIC DIPLOMACY SECTION

Notice of Funding Opportunity Funding Opportunity

Title: U.S. Embassy Niamey PDS Annual Program Statement
Funding Opportunity Number: PDS-Niamey-FY23-APS
Deadline for Applications: June 1, 2023
Assistance Listing Number: 19.040; 19.441
Statutory Authority: Smith-Mundt; Fulbright-Hays
Total Amount Available: $50,000.00
Minimum for Each Award: $250.00
Maximum for Each Award: $25,000

A. PROGRAM DESCRIPTION
The U.S. Embassy Niamey Public Diplomacy Section (PDS Niamey) of the U.S. Department of State is pleased to announce that funding is available through its Public Diplomacy Small Grants Program. This is an Annual Program Statement, outlining our funding priorities, the strategic themes we focus on, and the procedures for submitting requests for funding. Please carefully follow all instructions below.

Purpose of Small Grants: PDS Niamey invites individuals or organizations interested in submitting a proposal to use the award as seed money to generate buy-in from other stakeholders. We will be looking for partnerships and cost-sharing with host country civil society organizations and the business community that can extend the impact of your proposals. Competitive proposals will also address the issue of sustainability — explaining how the project or program will continue beyond the initial support from the U.S. government. All programs must include an American cultural element, or connection with American expert(s), organization(s), or institution(s) in a specific field that will promote increased understanding of U.S. policy and perspectives.

Priority Program Areas:
All public diplomacy Small Grants Programs must include one or more of the below themes:
a. Countering Violent Extremism (Counterterrorism)
b. Muslim Engagement (including inter- and intra-religious dialogue)
c. Women’s and Girls’ Empowerment
d. Youth Engagement
e. Education (particularly English-language education)
f. Economic development (entrepreneurship, economic empowerment)
g. Development of the media ecosystem (including countering mis- and disinformation)

Participants and Audiences:
The target audience must be Nigerien. Priority Audiences include the following:
• a. Women and youth
• b. Businesspeople/entrepreneurs
• c. Academia/universities/think tanks (including students)
• d. Journalists
. e.Civil society activists

The following types of programs are not eligible for funding:
• Publishing of books
• Translation of books
• Conference attendance (i.e. participant travel to UN program conference, etc.)
• Programs relating to partisan political activities
• Charitable or development activities
• Construction programs
• Programs that support specific religious activities
• Fundraising campaigns
• Lobbying for specific legislation or programs
• Scientific research
• Programs intended primarily for the growth or institutional development of the organization or
• Programs that duplicate existing programs

Authorizing legislation, type and year of funding:

Funding authority rests in the Smith-Mundt Act. The source of funding is FY2023 and the Assistance Listing number is: 19.040 – Public Diplomacy Programs.

 

B. FEDERAL AWARD INFORMATION

Length of performance period: 1 to 12 months

Number of awards anticipated: Up to 10 awards (dependent on amounts)

Award amounts: awards may range from a minimum of $250 to a maximum of $25,000

Total available funding: $50,000.00

Type of Funding: Fiscal Year 2023 Public Diplomacy

Funding Anticipated program start date: Program must begin prior to September 30, 2023

This notice is subject to availability of funding.

Funding Instrument Types: Grant, Fixed Amount Award, or Cooperative agreement. Cooperative agreements are different from grants in that PDS Niamey staff are more actively involved in the grant implementation.

Program Performance Period: Proposed programs should be completed in 12 months or less. PDS Niamey will entertain applications for continuation grants funded under these awards beyond the initial budget period on a non-competitive basis subject to availability of funds, satisfactory progress of the program, and a determination that continued funding would be in the best interest of the U.S. Department of State.

 

C. ELIGILIBITY INFORMATION

Eligible applicants include:
• Registered not-for-profit organizations, including think tanks and civil society/non-governmental organizations with programming experience
• Individuals
• Non-profit or governmental educational institutions
• Governmental institutions

Reminder: All programs must include an American cultural element, or connection with American expert(s), organization(s), or institution(s) in a specific field that will promote increased understanding of U.S. policy and perspectives.

For-profit or commercial entities are not eligible to apply.

Cost Sharing or Matching
• Cost sharing is not required.

Other Eligibility Requirements
Applicants are only allowed to submit one proposal per organization or per person. If more than one proposal is submitted from an organization, all proposals from that institution will be considered ineligible for funding.

In order to be eligible to receive an award, all organizations must have a Unique Entity Identifier (UEI) and a valid registration on www.SAM.gov.

Public Diplomacy Section Niamey recommends registering for a UEI and SAM.gov account before submitting your application. Registering does not guarantee you will receive funding. Registering early will help your organization receive funding faster, if your proposal is selected.

Please see Section D for information on how to obtain these registrations. Individuals are not required to have a UEI or be registered in SAM.gov.

D. APPLICATION AND SUBMISSION INFORMATION

1. Address to Submit Application Package
The Public Diplomacy Section will accept proposals throughout the year and will review proposals according to funding availability. Proposals with the content and forms listed below must be sent electronically to NiameyPD@state.gov.

2. Content and Form of Application Submission

Please follow all instructions below carefully. Proposals that do not meet the requirements of this announcement or fail to comply with the stated requirements will be ineligible.

Content of Application

Please ensure:

• All documents are in English

• All budgets are in U.S. dollars

• The proposal clearly addresses the goals and objectives of this funding opportunity

• All pages are numbered

• To include your UEI number

• All documents are formatted to 8 ½ x 11 paper, and

The following documents are required:

1. Mandatory application forms

• SF-424 (Application for Federal Assistance – organizations) or
• SF-424-I (Application for Federal Assistance –individuals)
• SF-424A (Budget Information for Non-Construction programs)
• SF-424B (Assurances for Non-Construction programs)

2. Summary Coversheet: Cover sheet stating the applicant’s name and organization, proposal date, program title, program period proposed start and end date, and brief purpose of the program.

3. Proposal (10 pages maximum): The proposal should contain sufficient information that anyone not familiar with it would understand exactly what the applicant wants to do. You may use your own proposal format, but it must include all the items below.

1. Proposal Summary: Short narrative that outlines the proposed program, including program objectives and anticipated impact.
2. Introduction to the Organization or Individual applying: A brief description of the organization and present operations, showing ability to carry out the program, including information on all previous grants from the U.S. Embassy and/or U.S. government agencies.
3. Problem Statement: Clear, concise, and well-supported statement of the problem to be addressed and why the proposed program is needed
4. Program Goals and Objectives: The “goals” describe what the program is intended to achieve. What aspect of the relationship between the U.S. and XXX will be improved? The “objectives” refer to the intermediate accomplishments on the way to the goals. These should be achievable and measurable.
5. Program Activities: Describe the program activities and how they will help achieve the objectives.
6. Program Methods and Design: A description of how the program is expected to work to solve the stated problem and achieve the goal.
7. Proposed Program Schedule: The proposed timeline for the program activities. Include the dates, times, and locations of planned activities and events.
8. Key Personnel: Names, titles, roles and experience/qualifications of key personnel involved in the program. What proportion of their time will be used in support of this program?
9. Program Partners: List the names and type of involvement of key partner organizations and sub-awardees.
10. Program Monitoring and Evaluation Plan: This is an important part of successful grants. Throughout the timeframe of the grant, how will the activities be monitored to ensure they are happening in a timely manner, and how will the program be evaluated to make sure it is meeting the goals of the grant?
11. Future Funding or Sustainability Applicant’s plan for continuing the program beyond the grant period, or the availability of other resources, if applicable.

 

4. Budget Justification Narrative: After filling out the SF-424A Budget (above), use a separate sheet of paper to describe each of the budget expenses in detail. See section H. Other Information: Guidelines for Budget Submissions below for further information.

Required Registrations All organizations applying for grants (except individuals) must obtain these registrations. All are free of charge:

• Unique Entity Identifier (previously DUNS Number)

• Apply for a UEI number. Please review frequently asked questions about this transition here: https://www.fsd.gov/gsafsd_sp?id=gsafsd_kb_articles&sys_id=14c7dfa81b9659d0c5c4dd39bc4bcb0f.

• www.SAM.gov registration

• A Quick Start Guide can be found here: https://www.fsd.gov/sys_attachment.do?sys_id=85bc6ab61b165954860e62cfe54bcbe0.

• SAM registration must be renewed annually.
Unique Entity Identifier and System for Award Management (SAM)
All prime organizations, whether based in the United States or in another country, must have a Unique Entity Identifier (UEI) and an active registration with the SAM.gov before submitting an application. DRL may not review applications from or make awards to applicants that have not completed all applicable UEI and SAM.gov requirements. A UEI is one of the data elements mandated by Public Law 109-282, the Federal Funding Accountability and Transparency Act (FFATA), for all Federal awards.

Note: As of April 2022, a DUNS number is no longer required for federal assistance Applications.
The 2 CFR 200 requires that sub-grantees obtain a UEI number. Please note the UEI for sub-grantees is not required at the time of application but will be required before the award is processed and/or directed to a sub-grantee.
Note: The process of obtaining or renewing a SAM.gov registration may take anywhere from 4-8 weeks. Please begin your registration as early as possible.
● Organizations based in the United States or that pay employees within the United States will need an Employer Identification Number (EIN) from the Internal Revenue Service (IRS), a Commercial and Government Entity (CAGE) code, and a UEI number prior to registering in SAM.gov.
● Organizations based outside of the United States and that do not pay employees within the United States do not need an EIN from the IRS, but do need a UEI number prior to registering in SAM.gov. Please note that as of December 2022, organizations based outside of the United States that do not intend to apply for U.S. Department of Defense (DoD) awards are no longer required to have a NATO CAGE (NCAGE) code to apply for non-DoD foreign assistance funding opportunities. If an applicant organization is mid-registration and wishes to remove an NCAGE code from their sam.gov registration, the applicant should submit a help desk ticket (“incident”) with the Federal Service Desk (FSD) online at www.fsd.gov to seek guidance on how to do so.
All prime organizations must also continue to maintain active SAM.gov registration with current information at all times during which they have an active Federal award or application under consideration by a Federal award agency. SAM.gov requires all entities to renew their registration once a year in order to maintain an active registration status in SAM. It is the responsibility of the applicant to ensure it has an active registration in SAM.gov and to maintain that active registration. If an applicant has not fully complied with the requirements at the time of application, the applicant may be deemed technically ineligible to receive an award and use that determination as a basis for making an award to another applicant.

Please refer to 2 CFR 25.200 for additional information.
Note: SAM.gov is not the same as SAMS Domestic. It is free of charge to register in both systems, but the registration processes are different.
Information is included on the SAM.gov website to help international re gistrationsNavigate to www.SAM.gov, click “HELP” in the top navigation bar, then click, “Explore” and “New to SAM.gov?” for general information. Please note, guidance on SAM.gov and the guidance on GSA’s website is being updated to reflect the change in NCAGE requirement.Applicants should review the website frequently for the most up-to-date guidance.
Exemptions
An exemption from these requirements may be permitted on a case-by-case basis if:
● An applicant’s identity must be protected due to potential endangerment of their mission, their organization’s status, their employees, or individuals being served by the applicant.
● For an applicant, if the Federal awarding agency makes a determination that there are exigent circumstances that prohibit the applicant from receiving a unique entity identifier and completing SAM registration prior to receiving a Federal award. In these instances, Federal awarding agencies must require the recipient to obtain a unique entity identifier and complete SAM registration within 30 days of the Federal award date.
Organizations requesting exemption from UEI or SAM.gov requirements must email the point of contact listed in the NOFO at least two weeks prior to the deadline in the NOFO providing a justification of their request. Approval for a SAM.gov exemption must come from the warranted Grants Officer before the application can be deemed eligible for review.
Note: As of December 2022, organizations based outside of the United States that do not intend to apply for U.S. Department of Defense (DoD) awards are no longer required to have a NATO CAGE (NCAGE) code to apply for non-DoD foreign assistance funding opportunities.
All organizations applying for grants (except individuals) must obtain these registrations. All are free of charge:
• www.SAM.gov registration
• Unique Entity Identifier (UEI)
Step 1: Register in SAM by logging onto: https://www.sam.gov. SAM registration must be renewed annually.
Step 2: Retrieve Unique Entity Identifier (UEI) number also from https://www.sam.gov.
To access SAM.gov an organization is required to have a Login.gov account. Organization can create an account at https://login.gov/.

Since April 2022, the UEI are assigned when an organization registers or renews its registration in SAM.gov at www.SAM.gov. Organizations should renew their registration once a year in order to maintain an active registration status in SAM.gov. It is the responsibility of the applicant to ensure it has an active SAM registration
Submission Dates and Times The Public Diplomacy Section will accept proposals throughout the year and will review proposals according to the following schedule, or until funds have been expended: • Proposals received between October 1 and December 31, 2022 will be reviewed by January 31, with responses going out by February 24, 2023. • Proposals received between January 1 and March 15 will be reviewed by April 15, with responses going out by May 19, 2023. • Proposals received between March 16 and June 1 will be reviewed by July 1, with responses going out by July 14, 2023. Funding Restrictions
Please note page two for projects that are not eligible for funding. Other Submission Requirements All application materials must be submitted by email to NiameyPD@state.gov. E. APPLICATION REVIEW INFORMATION 1. Criteria Each application will be evaluated and rated on the basis of the evaluation criteria outlined below. The criteria listed are closely related and are considered as a whole in judging the overall quality of an application.: Organizational capacity and record on previous grants: The organization has expertise in its stated field and PDS is confident of its ability to undertake the program. This includes a financial management system and a bank account. Quality and Feasibility of the Program Idea – The program idea is well developed, with detail about how program activities will be carried out. The proposal includes a reasonable implementation timeline.
Goals and objectives: Goals and objectives are clearly stated, and program approach is likely to provide maximum impact in achieving the proposed results. Embassy priorities: Applicant has clearly described how stated goals are related to and support U.S. Embassy Niger’s priority areas or target audiences and include an American cultural element. Budget: The budget justification is detailed. Costs are reasonable in relation to the proposed activities and anticipated results. The budget is realistic, accounting for all necessary expenses to achieve proposed activities. Monitoring and evaluation plan: Applicant demonstrates it can measure program success against key indicators and provide milestones to indicate progress toward goals outlined in the proposal. The program includes output and outcome indicators and shows how and when those will be measured. Sustainability: Program activities will continue to have positive impact after the end of the program. 2. Review and Selection Process A Grants Review Committee will evaluate all eligible applications. Feedback will be provided to successful applicants. Organizations whose applications will not be funded will also be notified via email. F. FEDERAL AWARD ADMINISTRATION INFORMATION Federal Award Notices The grant award or cooperative agreement will be written, signed, awarded, and administered by the Grants Officer. The assistance award agreement is the authorizing document, and it will be provided to the recipient for review and signature by email. The recipient may only start incurring program expenses beginning on the start date shown on the grant award document signed by the Grants Officer. If a proposal is selected for funding, the Department of State has no obligation to provide any additional future funding. Renewal of an award to increase funding or extend the period of performance is at the discretion of the Department of State.
Issuance of this NOFO does not constitute an award commitment on the part of the U.S. government, nor does it commit the U.S. government to pay for costs incurred in the preparation and submission of proposals. Further, the U.S. government reserves the right to reject any or all proposals received. Payment Method: Payments will be made in at least two installments, as needed to carry out the program activities. Organizations whose applications will not be funded will also be notified via email. Administrative and National Policy Requirements Terms and Conditions: Before applying, applicants should review all the terms and conditions and required certifications which will apply to this award, to ensure that they will be able to comply. These include: 2 CFR 200, 2 CFR 600, Certifications and Assurances, and the Department of State Standard Terms and Conditions, all of which are available at: https://www.state.gov/about-us-office-of-the-procurement-executive/. Note the U.S Flag branding and marking requirements in the Standard Terms and Conditions. Reporting Requirements Recipients will be required to submit financial reports and program reports. The award document will specify how often these reports must be submitted. G. FEDERAL AWARDING AGENCY CONTACTS If you have any questions about the grant application process, please contact PDS at NiameyPD@state.gov. Note: We do not provide any pre-consultation for application related questions that are addressed in the NOFO. Once an application has been submitted, State Department officials and staff — both in the Department and at embassies overseas — may not discuss this competition with applicants until the entire proposal review process is completed.
H. OTHER INFORMATION Guidelines for Budget Justification Personnel: Describe the wages, salaries, and benefits of temporary or permanent staff who will be working directly for the applicant on the program, and the percentage of their time that will be spent on the program.
Travel: Estimate the costs of travel and per diem for this program. If the program involves international travel, include a brief statement of justification for that travel. Equipment: Describe any machinery, furniture, or other personal property that is required for the program, which has a useful life of more than one year (or a life longer than the duration of the program), and costs at least $5,000 per unit. Supplies: List and describe all the items and materials, including any computer devices, that are needed for the program. If an item cost more than $5,000 per unit, then put it in the budget under Equipment. Contractual: Describe goods and services that the applicant plans to acquire through a contract with a vendor. Also describe any sub-awards to non-profit partners that will help carry out the program activities. Other Direct Costs: Describe other costs directly associated with the program, which do not fit in the other categories. For example, shipping costs for materials and equipment or applicable taxes. All “Other” or “Miscellaneous” expenses must be itemized and explained. Indirect Costs: These are costs that cannot be linked directly to the program activities, such as overhead costs needed to help keep the organization operating. If your organization has a Negotiated Indirect Cost Rate (NICRA) and includes NICRA charges in the budget, attach a copy of your latest NICRA. Organizations that have never had a NICRA may request indirect costs of 10% of the modified total direct costs as defined in 2 CFR 200.68. “Cost Sharing” refers to contributions from the organization or other entities other than the U.S. Embassy. It also includes in-kind contributions such as volunteers’ time and donated venues.

Alcoholic Beverages: Please note that award funds cannot be used for alcoholic beverages

 

  1. Identification of the Activity and the Requiring Agency.

The U.S. Embassy Niamey, Information Resource Management (IRM), requests use of other than full and open competition to award a sole-source fixed cost fee, indefinite delivery-indefinite quantity contract for a dedicated, leased-channel, high-speed access to the internet; data transport media via C-Band satellite.  The IRM requests approval to award a sole-source contract to “Delta Bridge, Inc., of Alexandria, VA”, the only available and authorized service provider in sub-Saharan Africa.

  1. Nature and/or description of the action being approved.

The purpose of this sole-source contract is to avoid a single-point-failure and establish a second Internet Service Provider (ISP) circuit.  In the interest of the DOS, Post Niamey urgently needs to establish a second path to avoid gap and loss of communications in an event of service loss by the local primary provider, whom does not have redundancy built into their infrastructure.  The 2nd circuit will ensure consistent connectivity to Department’s OpenNet systems.

  1. Government Cost Estimate.

The estimated annual cost for this service is approximately $151,500, for the Internet Service.

  1. Description of the supplies or services required to meet the agency’s needs.

The service acquisition is for purchasing C-Band Satellite Service including setup/maintenance of  (Antenna, Modem, LNB, etc.), which includes one-to-one dedicated always up Internet Service with support in restricted areas from “Delta Bridge, Inc., of Alexandria, VA”, the DOS authorized service provider in sub-Saharan Africa.

  1. An identification of the statutory authority permitting other than full and open competition.

The statutory authority for other than full and open competition is Title 10 U.S. Code Section 2304(c)(3)(B), as implemented by FAR 6.302-1, expert services. The Delta Bridge, Inc., of Alexandria, VA, is the only available and responsible source and no other suppliers or services will satisfy the urgently needed agency requirement.

  1. A demonstration that the proposed contractor’s unique qualifications or the nature of the acquisition requires use of the authority cited (for sole source acquisitions; also required for unusual and compelling urgency where more than one offer will not be solicited).

The “Delta Bridge, Inc., of Alexandria, VA”, currently is providing this service to the DOS missions, in Africa, Iraq, Afghanistan and approximately 1,000, sites around the world. Currently, there is no known other service provider that can fulfill this specialized critical mission requirement in identified austere environments with cleared individuals.

  1. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. The description should include whether a FedBizOpps notice was or will be publicized, as required by FAR 5.2, and if not, which exception under FAR 5.202 applies (e.g., blanket waiver provided in DOSAR 605.202-70).

Publicizing Contract Actions, Foreign Acquisitions; DOSAR 605.202-70 / 5.202 (a) (13).

  1. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable.

The costs are based on public pricing that is made available by the Delta Bridge, Inc., of Alexandria, VA.

  1. A description of the market survey conducted and the results or a statement of the reasons a market survey was not conducted.

Market research and survey was conducted for this acquisition and based on the services currently provided other DOS mission, Delta Bridge, Inc., of Alexandria, VA, is determined to be technically acceptable and reflecting the best value for the backup 2nd circuit via satellite services.

  1. Any other facts supporting the use of other than full and open competition.

The Niger Government has a full monopoly on Telecommunication systems, and currently all sub vendors traverse over the Niger Telecom Fiber backbone in the country.  To avoid a single-point-failure and ensure the Internet services availability during the loss/emergencies, mission Niamey needs to rely on a backup circuit to restore and maintain connectivity to the Department’s OpenNet systems.

  1. A listing of sources, if any that expressed, in writing, an interest in the acquisition.

Delta Bridge, Inc., of Alexandria, VA.

  1. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required.

Niger Government via Niger Telecom provides 100% of the internet traversing Niger via their backbone.  All sub-vendors must utilize this telecom infrastructure and legal authority in providing the Internet services requires using this path to operate in country, therefore, there are no true back-up solutions to fulfil this critical requirement. Historical information collected by Post and ENM have shown the lack of reliability using the current methodology used for Post connectivity.

CERTIFICATIONS

I certify that this justification is accurate and contains complete data necessary to support the recommendation for other than full and open competition.

________________________________                        August 12, 2021

Christopher Hanna                                                      Date

Information Management Officer

 

Requirements Office

I certify that this submission is accurate, and that it contains complete information necessary to enable other officials to make an informed recommendation for approval or disapproval.

 

________________________________                        August 12, 2021

Alfred Braswell                                                            Date

General Services Officer/Contracting Officer

 

I certify that the national security concerns of the referenced acquisition(s) meet the criteria set forth in Executive Order 12958 and FAR 6.302-6.*