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
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
- Lack of detailed performance metrics makes it difficult to assess the effectiveness and efficiency of the services provided.
- The broad nature of 'All Other Professional, Scientific, and Technical Services' could lead to scope creep if not managed carefully.
- The 'COST PLUS FIXED FEE' contract type can sometimes incentivize contractors to incur higher costs if not closely monitored.
- Limited information on the specific deliverables and outcomes makes it hard to gauge the true value for money.
Positive Signals
- The contract was awarded competitively, indicating that multiple vendors had the opportunity to propose solutions.
- The long duration of the contract (over six years) suggests a sustained effort and commitment to addressing avian influenza.
- The contractor, John Snow, Inc., is a known entity in public health and international development, implying relevant expertise.
- The fixed fee component of the contract provides a degree of cost certainty for the government.
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
- Global Health Security Agenda
- Pandemic Preparedness and Response Programs
- Disease Surveillance and Control Initiatives
- International Health Regulations Implementation
Risk Flags
- Contract duration exceeds typical project timelines, requiring sustained oversight.
- Cost-reimbursable elements in CPFF contracts necessitate careful monitoring of expenditures.
- Broad service category ('All Other Professional, Scientific, and Technical Services') may lack specificity, increasing risk of scope creep.
- Limited public information on performance metrics hinders assessment of effectiveness.
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 Services › Other Professional, Scientific, and Technical Services › All 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
- NEW Malaria Task Order Under the Deliver IQC; 2 Year Base Base Contract, 1 Option Year — $1.1B (Agency for International Development)
- Gh/Prh - 3057, NEW TO#5 (commodities and Public Health Supplies) and ADD Incremental Funds — $578.9M (Agency for International Development)
- Provide Malaria Commodities Worldwide — $418.9M (Agency for International Development)
- Deliver II Task Order Agreementtas::72 1037::TAS — $374.4M (Agency for International Development)
- Prh/Csl - 3089 Award NEW Task Order #4 for TA and ADD Incremental Funds — $258.1M (Agency for International Development)
Other Agency for International Development Contracts
- - Ghsc Idiq - Hiv/Aids to — $6.7B (Chemonics International, Inc.)
- Covid-19 Vaccines for International Donation — $4.2B (Pfizer Inc)
- This IS a NEW Task Order (# 03) Issued Against the Basic IQC # Gpo-I-00-05-00032-00. the Purpose of This Task Order IS to Facilitate Continuation of the Scms Program in ALL Pepfar Countries — $3.3B (Partnership for Supply Chain Management Inc)
- - Ghsc Idiq - Malaria Task Order — $2.9B (Chemonics International, Inc.)
- NEW Malaria Task Order Under the Deliver IQC; 2 Year Base Base Contract, 1 Option Year — $1.1B (John Snow, Incorporated)