USAID's $38.5M Avian Influenza Task Order to John Snow, Inc. for technical services

Contract Overview

Contract Amount: $38,545,277 ($38.5M)

Contractor: John Snow, Incorporated

Awarding Agency: Agency for International Development

Start Date: 2007-03-21

End Date: 2013-05-31

Contract Duration: 2,263 days

Daily Burn Rate: $17.0K/day

Competition Type: COMPETITIVE DELIVERY ORDER

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Other

Official Description: DELIVER PRJECT - AVIAN INFLUENZA TASK ORDERTAS::72 1035::TAS

Place of Performance

Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20523

State: District of Columbia Government Spending

Plain-Language Summary

Agency for International Development obligated $38.5 million to JOHN SNOW, INCORPORATED for work described as: DELIVER PRJECT - AVIAN INFLUENZA TASK ORDERTAS::72 1035::TAS Key points: 1. The contract's value of $38.5 million over six years suggests a significant investment in avian influenza preparedness and response. 2. Competition dynamics for this contract are not detailed, but the 'COMPETITIVE DELIVERY ORDER' type indicates some level of bidding. 3. The fixed-fee contract type implies that costs are controlled, but the 'COST PLUS FIXED FEE' structure allows for some flexibility. 4. Performance context is limited, but the duration of over six years suggests a long-term commitment to the services provided. 5. The contract falls under 'All Other Professional, Scientific, and Technical Services,' a broad category indicating diverse potential applications. 6. The geographic focus on 'DISTRICT OF COLUMBIA' may indicate a headquarters or coordination role for the task order.

Value Assessment

Rating: fair

Benchmarking the value of this specific task order is challenging without more granular data on the services rendered and comparable contracts. The total value of $38.5 million over approximately six years averages to about $6.4 million annually. This figure needs to be assessed against the scope and complexity of avian influenza preparedness and response activities, which can vary widely. The 'COST PLUS FIXED FEE' structure means that while the fee is fixed, the cost of performing the work can fluctuate, making direct cost comparisons difficult.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded as a 'COMPETITIVE DELIVERY ORDER,' suggesting that multiple vendors were invited to bid. However, the specific number of bidders and the details of the competition process are not provided. A competitive award generally aims to foster price discovery and ensure the government receives the best value. The effectiveness of this competition in achieving optimal pricing depends on the number and quality of the bids received.

Taxpayer Impact: A competitive award process, even if details are scarce, is generally favorable for taxpayers as it encourages multiple companies to offer their best pricing and technical solutions, potentially leading to cost savings.

Public Impact

The primary beneficiaries are likely public health organizations and international bodies involved in combating avian influenza. Services delivered could include research, technical assistance, program management, and policy development related to disease surveillance and control. The geographic impact is not explicitly defined beyond 'DISTRICT OF COLUMBIA,' suggesting a potential focus on national-level coordination or policy. Workforce implications could involve specialized scientific, technical, and public health professionals employed by the contractor.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the professional, scientific, and technical services sector, specifically NAICS code 541990. This sector is characterized by a wide range of specialized expertise. Spending in this area often supports government functions related to research, analysis, and program implementation. Comparable spending benchmarks would depend heavily on the specific nature of the technical services provided for avian influenza, which can range from laboratory analysis to policy advising and program management.

Small Business Impact

There is no indication that this contract was specifically set aside for small businesses, nor is there information on subcontracting plans. Given the substantial value and specialized nature of the work, it is possible that larger, established firms were the primary focus of the competition. Further analysis would be needed to determine if small businesses had opportunities to participate as prime contractors or subcontractors.

Oversight & Accountability

Oversight mechanisms for this contract would typically involve the contracting officer and technical points of contact within USAID. Accountability measures would be tied to the contract's performance work statement and deliverables. Transparency is facilitated through contract databases, but detailed operational oversight information is usually internal. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

sector-professional-scientific-technical, agency-usaid, geography-district-of-columbia, contract-type-delivery-order, award-type-competitive, cost-type-cost-plus-fixed-fee, program-area-public-health, disease-avian-influenza, spending-category-international-development, contract-value-large

Frequently Asked Questions

What is this federal contract paying for?

Agency for International Development awarded $38.5 million to JOHN SNOW, INCORPORATED. DELIVER PRJECT - AVIAN INFLUENZA TASK ORDERTAS::72 1035::TAS

Who is the contractor on this award?

The obligated recipient is JOHN SNOW, INCORPORATED.

Which agency awarded this contract?

Awarding agency: Agency for International Development (Agency for International Development).

What is the total obligated amount?

The obligated amount is $38.5 million.

What is the period of performance?

Start: 2007-03-21. End: 2013-05-31.

What specific technical services were provided under this task order to combat avian influenza?

The provided data indicates the task order was for 'DELIVER PRJECT - AVIAN INFLUENZA TASK ORDERTAS::72 1035::TAS' and falls under 'All Other Professional, Scientific, and Technical Services.' Without access to the full contract details, the precise services are not specified. However, typical services in this domain for avian influenza preparedness and response could include epidemiological surveillance, laboratory capacity building, risk assessment, development of response plans, technical assistance to partner countries, public health training, and policy development. The 'COST PLUS FIXED FEE' structure suggests that the contractor was reimbursed for allowable costs plus a fixed fee representing profit.

How does the $38.5 million contract value compare to other federal spending on avian influenza preparedness?

Comparing this $38.5 million task order to overall federal spending on avian influenza requires a broader analysis of budgets across agencies like USAID, CDC, USDA, and HHS. This task order represents a significant, but likely not the entirety, of federal investment in this area. Federal spending on pandemic preparedness and response can fluctuate significantly year-to-year based on perceived threats and strategic priorities. This contract's value over its six-year duration suggests a substantial, ongoing commitment to a specific aspect of avian influenza control, potentially related to international efforts or specific program implementation.

What is the track record of John Snow, Inc. in managing large federal contracts, particularly in public health?

John Snow, Inc. (JSI) is a well-established public health consulting firm with extensive experience in managing federal contracts, particularly those funded by USAID and other government agencies. They have a long history of working on global health initiatives, including infectious disease control, maternal and child health, and health systems strengthening. JSI has managed numerous large-scale projects and task orders, demonstrating their capacity to handle complex programs and significant budgets. Their track record generally indicates a strong understanding of public health challenges and government contracting requirements, although specific performance on individual contracts would require deeper review.

What are the potential risks associated with a 'COST PLUS FIXED FEE' contract for public health services?

The 'COST PLUS FIXED FEE' (CPFF) contract type carries specific risks. For the government, the primary risk is that the contractor may have less incentive to control costs compared to fixed-price contracts, as costs are reimbursed. While the fee is fixed, the total contract value can increase if allowable costs escalate. This necessitates robust government oversight to ensure costs are reasonable, allocable, and allowable. For the contractor, the risk lies in accurately estimating costs to ensure the fixed fee is sufficient profit. If costs are underestimated, the contractor may incur losses. Effective management and clear definition of work are crucial to mitigate these risks.

How does the geographic focus on 'DISTRICT OF COLUMBIA' impact the delivery of avian influenza services?

A 'DISTRICT OF COLUMBIA' location for this task order, awarded to John Snow, Inc., likely signifies a coordination, management, or policy-focused role rather than direct field implementation in that specific geographic area. Federal agencies often base program management and technical oversight functions in or near Washington D.C. This means the services provided might involve strategic planning, liaison with government bodies, research, analysis, and dissemination of information relevant to national or international avian influenza efforts. The actual field activities or support to affected regions would likely occur elsewhere, directed from this central hub.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesOther Professional, Scientific, and Technical ServicesAll Other Professional, Scientific, and Technical Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: COMPETITIVE DELIVERY ORDER

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Address: 44 FARNSWORTH ST FL 7, BOSTON, MA, 02210

Business Categories: Category Business, Not Designated a Small Business

Financial Breakdown

Contract Ceiling: $39,081,585

Exercised Options: $39,081,585

Current Obligation: $38,545,277

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL ITEM PROCEDURES NOT USED

Parent Contract

Parent Award PIID: AIDGPOI000600007

IDV Type: IDC

Timeline

Start Date: 2007-03-21

Current End Date: 2013-05-31

Potential End Date: 2013-05-31 00:00:00

Last Modified: 2021-06-24

More Contracts from John Snow, Incorporated

View all John Snow, Incorporated federal contracts →

Other Agency for International Development Contracts

View all Agency for International Development contracts →

Explore Related Government Spending