52
USAID Civic Initiatives Support Program Request for Proposal (RFP) Subcontract for Evaluation Support to Conduct Civil Society Impact Assessments Issue Date: January 26, 2016 Deadline to submit applications: February 11, 2016 @ 12pm (noon) Via email to: [email protected] USAID Civic Initiatives Support Program (USAID CIS) P. O. Box 1252 Amman, 11821 Jordan Tel.: +962 6 5933116 - Fax: +962 6 5934554 Email: [email protected] USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 1

SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

  • Upload
    vonga

  • View
    217

  • Download
    3

Embed Size (px)

Citation preview

Page 1: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

USAID Civic Initiatives Support Program

Request for Proposal (RFP)

Subcontract for Evaluation Support to Conduct Civil Society Impact

Assessments

Issue Date: January 26, 2016

Deadline to submit applications:February 11, 2016 @ 12pm (noon)

Via email to: [email protected]

USAID Civic Initiatives Support Program (USAID CIS)P. O. Box 1252 Amman, 11821 Jordan

Tel.: +962 6 5933116 - Fax: +962 6 5934554Email: [email protected]

The contents of this Request for proposals are the responsibility of FHI 360 and do not necessarily reflect the views of USAID or the United States Government.

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 1

Page 2: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 2

Page 3: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

Table of Contents

SECTION A - INTRODUCTION..........................................................................3SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS...............................3SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK..............7SECTION D - INSPECTION AND ACCEPTANCE.................................................9SECTION E - DELIVERIES OR PERFORMANCE...............................................10SECTION F – CONTRACT ADMINISTRATION DATA.........................................15SECTION G – SPECIAL CONTRACT REQUIREMENTS......................................17SECTION H – FHI 360 CONTRACT TERMS AND CONDITIONS AND FUNDER FLOW DOWN TERMS AND CONDITIONS.......................................................20SECTION I - LIST OF ATTACHMENTS.............................................................27SECTION J – REQUIRED CERTIFICATIONS AND OTHER STATEMENTS............28SECTION K - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS. . .29SECTION L - EVALUATION FACTORS FOR AWARD........................................33SECTION M – BRANDING AND MARKETING PLAN.........................................36

Annexes:

1. Illustrated Case Study for Technical Application (See p. 33, Section K.3)

2. SOW Societies Empowerment Fund Impact Assessment Anticipated (See p. 8)

3. RFP Societies Empowerment Fund (SEF) 2015-2018 (See p. 8)4. USAID CIS Branding and Marking Plan (See p. 38) 5. Illustrative Cost proposal budget template (pg. 33)6. FHI 360 1420 Bio-data Sheet.

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 3

Page 4: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION A - INTRODUCTION

The USAID Civic Initiatives Support Program (USAID CIS) aims at cultivating a strong and vibrant civil society in Jordan through supporting a broad range of civic initiatives. USAID CIS is a five-year program (2013-18) implemented by FHI 360, a nonprofit human development organization dedicated to improving lives in lasting ways by advancing integrated, locally driven solutions.

USAID CIS supports civic initiatives within the Jordanian civil society sector by providing a variety of grants mechanism for civil society organizations (CSOs). Over the life of the program, USAID CIS will provide grants to an estimate of 120 Jordanian organizations working in the areas of democracy and human rights, advocacy, education, health, gender equality, economic development and a variety of other civic issues at both the local and national level. Complementing direct grant support, USAID CIS anticipates conducting evaluations for up to one quarter of its grantees. SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS

B.1 PURPOSE

The purpose of this Request for Proposal (RFP) is to provide evaluation/assessment services that fall within the statement of work specified in Section C. FHI 360 (USAID CIS Program) will request the work through the issuance of task orders during the ordering period as specified in Section F of the contract. FHI 360 anticipates issuing the first task order before the end of February 2016 for implementation between March and August 2016.

B.2 CONTRACT TYPE AND SERVICES

The resulting award of this RFP will be a multiple-award Indefinite Delivery Indefinite Quantity Contract (IDIQ). FHI 360 will issue task orders that are Cost-Plus-Fixed-Fee (CPFF) type. The contractor must perform the services set forth in task orders at prices consistent with this section of this RFP.

B.3 MAXIMUM CONTRACT CEILING

The resulting multiple award contract with an overall ceiling price of JOD 350,000. The maximum aggregate dollar value of task orders awarded to all contractors cannot exceed the contract ceiling. This ceiling will not necessarily be subdivided equally among the number of identified awardees nor is it being multiplied by the number of awardees.

B.4 MINIMUM ORDER GUARANTEE

The basic contract includes an initial obligation of funds in the amount of JOD 2,000 to cover the minimum order guarantee. FHI 360 is required to

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 4

Page 5: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

order and the contractor is required to furnish the minimum order amount of services. Following this initial obligation, individual task orders will obligate funds to cover the work required under such task orders.

B.5 INDIRECT COST RATESThere shall be no Indirect Costs charged under this IDIQ.

B.6 CEILINGS ON FIXED FEE - CPFF TASK ORDERS

(a) For each CPFF task order issued under this IDIQ, FHI 360 and contractor agree to negotiate a set JOD amount for fixed fee. In no event, however, may the amount of fixed fee in any individual task order exceed 6% percent of the task order’s estimated cost, excluding fee.

(b) The Total Estimated Cost Plus Fixed Fee for each task order must be negotiated in accordance with the terms of this RFP.

B.7 OTHER DIRECT COSTS (MATERIALS)

(a) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as travel and transportation, lodging and subsistence expenses, and allowances may be authorized by the task order.Travel regulations and US Department of State per diem rates for travel can be found at:

https://aoprals.state.gov/web920/per_diem_action.asp?MenuHide=1&CountryCode=1160&PostCode=&PublicationDate=20150401

(b) FHI 360 determines which other direct costs are allowable, allocable, and fair and reasonable in accordance with the applicable federal cost principles and rules and regulations.

B.8 TASK ORDER LIMITATIONS

Note: Task orders issued under the resulting IDIQ contract will be Cost-Plus-Fixed-Fee awards.

(a) Cost-Plus-Fixed-Fee (CPFF) Task Orders. When issuing CPFF task orders, FHI 360 must state in the task order the total estimated cost plus fixed fee, which is the total amount of the task order may be paid to perform the services, reports, or other deliverables in the task order. This maximum amount represents the negotiated mix of the professional labor categories and salaries, an estimated number of workdays, other direct costs, and fixed fee.

(c) Minimum Order. When FHI 360 requires services or reports and other deliverables covered by this contract in a task order in the amount of less than JOD 2,000, the contractor is not obligated to accept an order to furnish those services or reports and other deliverables under this contract. However, if the contractor agrees to furnish services or reports and other deliverables required by FHI 360 in an amount of less than JOD

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 5

Page 6: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

2,000 and is awarded a task order to do so, the contractor is required to provide said services and reports and deliverables in accordance with the contract's terms and conditions.

(d) Maximum Order. When FHI 360 requires services or reports and other deliverables covered by this contract in a task order amount of more than JOD 100,000 the contractor is not obligated to bid on an order to furnish those services or reports and other deliverables under this contract. However, if the contractor agrees to furnish services or reports and other deliverables required by FHI 360 in excess of JOD 100,000 and is awarded a task order to do so, the contractor is required to provide said services and reports/deliverables in accordance with the contract’s terms and conditions.

B.10 COST REIMBURSABLE

The costs allowable must be limited to reasonable, allocable, and allowable costs determined in accordance with the U.S. government cost principles, rules and regulations.

B.11 LABOR CATEGORIES – UNBURDENED CEILING DAILY RATES

(a) All CPFF task orders must include rates that are equal to or lower than the Ceiling Daily Rates set forth below.

Each Ceiling Daily Rate (CDR) for personnel listed below is “unburdened” and must include only salary costs or consulting rates of the individual providing the services. Unburdened CDR means that the CDR for employees must not include the following:

Payroll costs (social security contributions and fringe benefits, allowances, etc.)

Indirect costs applicable to labor Fee or profit, if any.

The CDRs set forth below are fixed for the term of the resulting IDIQ contract award and are for an eight hour day.

(b) The single unburdened ceiling daily rate for each labor category in the table below represents the senior-level, and mid-level rates in each labor category.

[Note: The unburdened Ceiling Daily Rates apply to any task order(s) that are awarded under the resulting contract of this RFP.]

Offerors must include in the worksheet #2 (CDR) in the budget template (Annex 5) unburdened ceiling daily rates for all labor categories set forth below.

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 6

Page 7: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

Category

Labor Category

CDR Mid

CDR Senio

r

Responsibilities*

1 Project Team Lead

Manages assessment team(s) implementation plan, submission of deliverables; responsible to ensure quality performance by assessment team members and project milestones are completed according to the project timeline. 2 Lead

Evaluator

Manages assessment methodology selection; appropriate sampling techniques of select stakeholders; application of participative methods; design, validation and implementation of mix methods of data collection; ensure quality of assessment data analysis and reporting key findings, conclusions and recommendations.

3 Technical Expert

Provide subject material technical expertise for the assessment methodology selection, data collection tools development, and interpretation during data analysis.

(c) Definition of labor categories:

Minimum Qualifications

In order to perform the statement of work set forth in Section C, the contractor must provide personnel that meet the minimum education and experience requirements set forth below. For all positions listed in Section B.11, the minimum qualifications for mid-level and senior personnel are as follows and correspond to the unburdened Ceiling Daily Rates.

Level Academic Degree*

Plus Approx

imate Years of Relevant

Work

Including Years of

Experience in Int'l

Development

Relevant Experie

nce

Relevant Languag

e Fluency

Mid Either a minimum of a Masters’ Degree in a relevant field or a a Bachelor’s Degree with a minimum of 7 years relevant experience.

7-10 years As specifiedIn Task Order

As specifiedIn Task Order

As specified inTask Order

Senior Either a Masters’ Degree in a relevant field or a Bachelor’s Degree with a minimum of 15 years relevant experience.

15-20 years As specifiedIn Task Order

As specifiedIn Task Order

As specified inTask Order

*Highest degree obtained must be related to work being performed.**Relevant Work Experience is required for the levels indicated.

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 7

Page 8: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

[END OF SECTION B]

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 8

Page 9: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK

C.1 OVERVIEW

The USAID Civic Initiatives Support Program (FHI 360) aims at cultivating a strong and vibrant civil society in Jordan through supporting a broad range of civic initiatives. FHI 360 is a five-year program (2013-18) implemented by FHI 360, a nonprofit human development organization dedicated to improving lives in lasting ways by advancing integrated, locally driven solutions.

This RFP provides the opportunity for Jordanian evaluation service providers to become qualified partners who will hold the right to compete for one or all of the forthcoming evaluation task orders by USAID CIS during 2016-2018.

C.2 BACKGROUND

USAID CIS supports civic initiatives within the Jordanian Civil Society sector by providing a variety of grants mechanisms to enable CSOs which work in various sectors (democracy and human rights advocacy, education, health, gender equality, economic development and others) at both the local and national level. The grants mechanisms provided by USAID CIS provide these CSOs with opportunities to undertake specific civic initiatives driven by strategic needs of their constituencies or develop organizational capacity in order to achieve their organizational goals and mission.

In both types of grant mechanisms, evaluation support is essential to ascertain emerging outcomes and impact from the supported CSOs prior or ongoing interventions or to provide critical data and guidance as the supported CSOs undertake strategic planning activities. As a part of all of the USAID CIS grants, supported CSOs are engaged in the development of their internal monitoring and evaluation (M&E) skills. While training and mentoring are provided, it is recognized that many of the grantees do not have internal capacity to either undertake or manage an impact assessment.

As a result, USAID CIS will provide this needed service by contracting Jordanian evaluation service providers to lead a participative assessment process in an effort to further build the grantees’ experience and understanding of evaluation for both projects and strategic planning.

C.3 SCOPE OF WORK

C.3.1 PurposeThis RFP is purposed to determine a pool of eligible Jordanian evaluation service providers to which USAID CIS can compete future evaluation service task orders.

C.3.2 EligibilityOfferor(s) must meet the following eligibility requirements:

Page 10: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

Offeror(s) must be registered as a legal entity with headquarters based in Jordan to apply.

Offeror(s) must have existing operations for at least one year.C.3.3 QualificationsOfferor(s) must demonstrate in the proposal their capacity for the following preferred qualifications:

Have successfully provided evaluation/assessment/research services for the Jordanian development sector within the past five years.

Sufficient personnel capacity to staff assessment teams for simultaneous assessment services for at least 2 or more grantees (a maximum of 5 grantees).

Capacity to secure experienced lead evaluators to be a part of the assessment teams.

Demonstrated technical expertise in human development and gender issues.

C.3.4 ContentTechnical Proposal The offeror(s) is required to complete an illustrative impact assessment plan for a mock participative assessment for the given case study in Annex 1. This illustrative plan is to include an illustrative project timeline and budget. Further guidance is provided in Section K.

Experience and Qualifications of the Offeror(s)The offeror(s) is required to describe their past evaluation/assessment/research services within the Jordanian development sector, and provide an example report for a past evaluation service rendered. In addition, the offeror(s) is to display understanding about the Jordanian Civil Society Sector through responses to provided questions in Section K.

Key Personnel and CapacityThe offeror(s) is required to provide documentation about junior and senior personnel who are anticipated to be available for future assessments. It is critical that the offeror(s) provide evidence of capability to provide an adequate amount of qualified staffing to undertake two or more simultaneous impact assessments. Please provide confirmation that adequate staffing can be mobilized within a 2-3 week time period. The offerer is required to submit the completed USAID bio-data sheets (1420 form), Annex 6, for the proposed key personnel. Further guidance is provided in Section K.

C.3.5 Anticipated Task Order ContentTo provide insight to the extent and requirements of future evaluation service task orders, an abbreviated version of an anticipated task order SOW is provided for the USAID CIS Societies Empowerment Fund (SEF) program (Annex 2). SEF will be comprised of five grantees which will be required to have a portfolio impact assessment conducted for each prior to their strategic planning phase. Successful offerors to this RFP will have the right to compete

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 10

Page 11: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

to provide the impact assessment services to 1 or all of the SEF grantees. Further information about the SEF program is provided in Annex 3.

**Note** The technical proposal for this RFP should not include reference, design or estimations associated with the abbreviated SOW for SEF. This is for illustrative purposes only.

[END OF SECTION C]

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 11

Page 12: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION D - INSPECTION AND ACCEPTANCE

D.1 INSPECTION AND ACCEPTANCE

FHI 360 inspection and acceptance of services, reports and other required deliverables or outputs must take place at:

[This will be completed at time of award of task order(s).]

or at any other location where the services are performed and reports and deliverables or outputs are produced or submitted. The Technical Monitor identified in Section G or his/her designee has been delegated authority to inspect and accept all services, reports, and deliverables required by the basic IDIQ.

[END OF SECTION D]

Page 13: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION E - DELIVERIES OR PERFORMANCE

E.1 PERIOD OF PERFORMANCEThe period of performance for this Contract is up to two years from date of award (not to exceed July 31, 2018).Although Task Orders may be issued at any time during this ordering period, two constraints apply to the period of performance for Task Orders. First, the period of performance for a Task Order may not go beyond - 2 months after the end of the ordering period of the IDIQ. Second, FHI 360 may not award a Task Order for a period of performance that goes more than two years into the future at the time the order is either awarded or extended by modification.

E.3 PLACE OF PERFORMANCEThe place of performance of this IDIQ is Jordan and its governorates.

E.4 REPORTS AND DELIVERABLES OR OUTPUTSIn addition to the requirements set forth for submission of reports in Sections C, the Contractor must submit the following deliverables or outputs to the IDIQ Technical Monitor.

1. Task Order Final Reports. The Contractor must provide to the IDIQ Technical Monitor, within 30 calendar days of the completion of a Task Order, a copy of all task order final reports as required in each specific task order issued under this IDIQ Contract.

(A)Language of Reports and Other DeliverablesAll reports and other deliverables must be in the English language, unless otherwise specified by the FHI 360 Contracting Officer or in a Task Order.

(B) MeetingsThe Contractor should be responsible for attending, at a minimum, monthly meetings with the IDIQ Technical Monitor and Task Order Technical Monitor, and possibly more frequently if deemed by either Technical Monitor. FHI 360 will develop a meeting schedule with the contractor during the start-up phase of the project.

(C) ReportsAll of the following reports are required to be incorporated in each Task Order unless explicitly stated by the Contracting Officer that a report is not required. Additional reporting requirements may be provided within the Task Order(s).

1. Work plan with specific dates (in English). Required as defined in each task order.

Page 14: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

2. Impact Assessment Design Guide (in English) in which the assessment team will finalize the methodology, assessment questions, data collection tools and work plan, and address any outstanding issues resulting from the initial participative survey and planning sessions with the grantees. The report plan should include an outline for the overall assessment report that will be produced at the end of the desk review. Required as defined in each task order.

3. Oral Presentation of Preliminary Findings (in English and Arabic) with an accompanying PowerPoint presentation will be given to both the USAID CIS staff and grantee staff for each of the stated assessment questions. Required as defined in each task order.

4. Draft Assessment Report (in Arabic & English) in accordance with the FHI 360 report template. This will be provided to the grantee for feedback so as to inform their initial strategic planning activities. Required as defined in each task order. “Templates to be provided by FHI 360”

5. Final Assessment Report and Executive Summary (in Arabic & English) which integrates feedback provided for the draft assessment report in accordance to the FHI 360 report template. Required as defined in each task order. “Templates to be provided by FHI 360”

6. Monthly Status Reports will be provided by the assessment team (in English) to the CIS M&E Advisor to display progress of the assessment activities as defined in the work plan.

E.5 TASK ORDERS

(a) Task Orders may be issued by FHI 360 Contracting Officer within the IDIQ statement of work described in Section C.

(b) Each Task Order will carry a specific Task Order number which will be cited on each invoice placed against this Contract.

(c) In no event must the aggregate total of all task orders exceed the Maximum Ordering Limitation authorized in the Contract. All Task Order statements of work and performance periods must be within the statement of work and effective period of this Contract.

(d) The Standard Provisions included in this contract are applicable to task orders as issued Clauses and provisions remain applicable throughout the terms of the Contract and orders. E.6 FAIR OPPORTUNITY TO BE CONSIDERED(a) General

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 14

Page 15: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

The Contracting Officer of the IDIQ must provide each contractor a fair opportunity to be considered for each Task Order exceeding JOD 2,000 issued under this Contract unless one of the exceptions described in paragraph (c) apply.

(b) Fair Opportunity Exceptions, applies. All contractors must be contacted and provided the opportunity to be considered before award of all Task Orders. Although contractors are not required to submit a proposal for every Task Order request, all contractors interested in providing services under the Task Order must submit a proposal, inclusive of price.(c) Fair Opportunity Exceptions

All contractors must be given a fair opportunity to be considered for Task Orders greater than JOD 2000, unless the Contracting Officer determines that one of the following statutory exceptions applies:

(1) An urgent need exists, and seeking competition would result in unacceptable delays.(2) Only one contractor is capable at the level of quality required because the requirement is unique or highly specialized.(3) The order must be issued on a sole source order basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the Contract, provided that all awardees were given a fair opportunity to be considered for the original order. (4) To satisfy Contract minimum award obligations.

(d) Request for Task Order Proposal

(1) Individual task orders must clearly describe all services to be performed or supplies to be delivered so the full cost or price for the performance of the work can be established when the order is placed. Orders must be within the statement of work, issued within the period of performance, and be within the maximum value of the Contract. Only the FHI 360 Contracting Officer for the basic Contract may modify the basic Contract to change the statement of work, period, or maximum ceiling.

(2) Unless one of the Fair Opportunity Exceptions in section (b) applies, the terms of this Contract require that whenever a Task Order award is contemplated, all Contractors will receive a request for a Task Order proposal and that all Task Order proposals must include the Contractor's cost or price to perform the anticipated Task Order. The TO proposal request must be in writing (via mail, e-mail, fax, or other, as set out in the RFTOP) and include a description of the intended services and the evaluation procedure, including the relative weighting of cost/price and non-cost/price criteria. The selection may be based upon information obtained from other than the Contractor's proposal; the RFTOP must identify the other evaluation criteria. The evaluation may be based solely on cost/price,

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 15

Page 16: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

but may also include one or more factors such as corporate experience, personnel, or relevant past performance (in other Contracts as well as in earlier orders under this Contract, including quality, timeliness, and cost control. When making the final selection, the Technical monitor should also consider the potential impact on other orders placed with the Contractor and the minimum ordering requirements of the Contract. Although Contractors may elect not to submit a proposal, when they do, they must comply with the page limitations for proposals described in this RFP; FHI 360 will not evaluate any pages that exceed these limits.

(3) Contractor(s) must respond to the RFP within the number of calendar days stated in the Request for Task Order Proposal.

No separate payment will be made to the Contractor for the cost to prepare, submit and/or negotiate a Task Order proposal.

(e) Task Order Award

The contractor must not commence work until authorized by the Contracting Officer. (f) Right to Procure from Other SourcesFHI 360, under the terms of this IDIQ, retains the right to procure similar services from other sources during the period of this Contract.

E.7 KEY PERSONNEL

(a) The Contractor must furnish key personnel as stated in task orders.

(b) The key personnel specified in task orders are considered to be essential to the work being performed thereunder. Prior to replacing any of the specified individuals, the Contractor must immediately notify both the IDIQ Technical Monitor reasonably in advance and must submit written justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the program. No replacement of key personnel must be made by the Contractor without the written consent of the Contracting Officer.

(c) Contractor’s Point of contact cannot be changed without the written consent of the IDIQ Technical Manager.

E.8 CONTENTS OF TASK ORDERS

Task Orders must include the following (as appropriate):

(a) Source of Funds and Fiscal Data;

(b) Total Estimated Cost/Ceiling Price;

(c) Obligated Amount (which must constitute the maximum

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 16

Page 17: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

liability on behalf of the FHI 360);

(d) Statement of Work (SOW) or Performance Work Statement (PWS) that is based upon performance standards, deliverables and results to which the Contractor must be held;

(e) Budget (including the costs of Labor, Other Direct Costs (ODCs), and fees);

(f) Place of Performance;

(g) Period of Performance;

(h) Logistic Support;

(i) FHI 360 other officials (e. g., COP, DCOP, cognizant Technical Monitor

(j) Language Requirements;

(k) Deliverables/Results;

(l) Special Requirements/Relevant Information (e.g., source/origin waivers);

(m) Task Order Number and Contract Number;

(p) Key/Essential Personnel; and

(q) Payment Office.

[END OF SECTION E]

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 17

Page 18: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION F – CONTRACT ADMINISTRATION DATA

F.1 TECHNICAL MONITOR

(a) For the base IDIQ: Name: Randa Marji, USAID CIS, Senior Operations ManagerTelephone: +962 6 593 3116Email: [email protected] Address: USAID CIS, 38 Suleiman Al Hadidi Street, Amman, Jordan

(b) For Task Orders:

The Technical Monitor for each Task Order will be designated for the individual Task Order and will retain cognizance of contract administration for that Task Order.

F.2 CONTRACTOR’S PRIMARY POINT OF CONTACT

The Contractor’s primary point of contact is the technical monitor listed above.

F.3 PAYING OFFICE

The Contractor must submit invoices to the payment office at the following:

Name: Randa Marji, USAID CIS, Senior Operations ManagerTelephone: +962 6 593 3116Email: [email protected] Address: USAID CIS, 38 Suleiman Al Hadidi Street, Amman, Jordan

F.6 ACCOUNTING AND APPROPRIATION DATA

101011.025.001.002

F.8 TECHNICAL DIRECTIONS/RELATIONSHIP WITH FHI 360

(a) Technical Directions is defined to include:

(1) Written directions to the Contractor which fill in details, suggest possible lines of inquiry, or otherwise facilitate completion of work;

(2) Provision of written information to the Contractor which assists in the interpretation of drawings, specifications or technical portions of the work statement;

(3) Review and, where required, provide written approval of technical

Page 19: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

reports, drawings, specifications or technical information to be delivered. Technical directions must be in writing, and must be within the statement of work as detailed in Section C.

(b) The Technical Monitor is authorized to take any or all action with respect to the following except any action specifically prohibited by the terms of this Contract:

(1) Assure that the Contractor performs the technical requirements of the Contract in accordance with the Contract terms, conditions, and specifications.

(2) Perform or cause to be performed, inspections necessary in connection with the Contractor’s performance and to direct the Contractor to correct all deficiencies; perform acceptance for the FHI 360.

(3) Maintain all liaison and direct communications with the Contractor. Written communications with the Contractor and documents must be signed as "Technical Monitor".

(4) Issue written interpretations of technical requirements of CIS drawings, designs, and specifications.

(5) Monitor the Contractor's production or performance progress and notify the Contractor in writing of deficiencies observed during surveillance, and direct appropriate action to effect correction.

(c) Contractual Problems - contractual problems, of any nature that may arise during the life of the Contract must be handled in conformance with specific FHI 360 and the donors rules and regulations. Contractor effects any changes at the direction of any other person other than the Contracting Officer, the change will be considered to have been made without authority.

[END OF SECTION F]

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 19

Page 20: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION G – SPECIAL CONTRACT REQUIREMENTS

G.1 GENERAL TERMS AND CONDITIONS 1. Any proposal received in response to this solicitation will be reviewed

strictly as submitted and in accordance with Section M, Evaluation Criteria.2. EXECUTIVE ORDER 13224 ON TERRORIST FINANCING

Offerors are informed that FHI 360 complies with U.S. Sanctions and Embargo Laws and Regulations including Executive Order 13224 on Terrorist Financing, which effectively prohibit transactions with persons or entities that commit, threaten to commit or support terrorism. Any person or entity that participates in this bidding process, either as a prime or sub to the prime, must certify as part of the offer that he or it is not on the U.S. Department of Treasury Office of Foreign Assets Control (OFAC) Specially Designated Nationals (SDN) List and is eligible to participate. FHI 360 shall disqualify any offer received from a person or entity that is found to be on the List or otherwise ineligible. Firms or individuals that are included on the Excluded Parties List System (www.epls.gov) shall not be eligible for financing and shall not be used to provide any commodities or services contemplated by this RFP.

3. TERMS AND CONDITIONSOfferors are responsible for review of the terms and conditions described.

4. CONTRACT MECHANISMFHI 360 anticipates awarding an IDIQ Contract to the Offeror (s) whose proposal will be evaluated based on the evaluation criteria described in Section M.

5. WITHDRAWALS OF PROPOSALSOfferors may withdraw proposals by written notice via email received at any time before award. Proposals may be withdrawn in person by an Offeror or his/her authorized representative if the representative’s identity is made known and if the representative signs a receipt for the proposal before award.

6. RIGHT TO SELECT/REJECTFHI 360 reserves the right to select and negotiate with those firms it determines, in its sole discretion, to be qualified for competitive proposals and to terminate negotiations without incurring any liability. FHI 360 also reserves the right to reject any or all proposals received without explanation.

7. DUE DILIGENCE PROCESSAny selected firm will be required to complete a Financial Pre-Award Assessment in order for FHI 360 to ascertain that the organization has the capacity to perform successfully under the terms and conditions of the proposed award. As part of the Pre-Award Assessment process, the firm will also be requested to submit a financial audit report from the previous fiscal year. In addition, payroll records and other financial information may be requested to support budgeted costs.

8. CLIENT PRIOR APPROVALThe selected offeror will be subject to funding agency approval before a contract can be awarded. Therefore, organizations are reminded that there

Page 21: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

may be delays for this process to be completed. In addition, should such approval not be given, this contract cannot be awarded.

9. DISCLAIMERThis RFP represents only a definition of requirements. It is merely an invitation for submission of proposals and does not legally obligate FHI 360 to accept any of the submitted proposals in whole or in part, nor is FHI 360 obligated to select the lowest priced proposal. FHI 360 reserves the right to negotiate with any or all firms, but with respect to price, costs and/or scope of services. FHI 360 has no contractual obligations with any firms based upon issuance of this RFP. It is not an offer to contact. Only the execution of a written contract shall obligate FHI 360 in accordance with the terms and conditions contained in such contract.

10. REQUEST FOR PROPOSAL FIRM GUARANTEEAll information submitted in connection with this RFP will be valid for 90

(ninety) days from the RFP due date. This includes, but is not limited to, cost, pricing, terms and conditions, service levels, and all other information. If your firm is awarded the contract, all information in the RFP and negotiation process is contractually binding.

12. FALSE STATEMENTS IN OFFEROfferors must provide full, accurate and complete information as required by

this solicitation and its attachments.13. CONFLICT OF INTEREST

Offerors must provide disclosure of any past, present or future relationships with any parties associated with the issuance, review or management of this solicitation and anticipated award in or outside of Jordan. Failure to provide full and open disclosure may result in FHI 360 having to reevaluate selection of a potential Offeror.

14. RESERVED RIGHTSAll RFP responses become the property of FHI 360, and FHI 360 reserves the right in its sole discretion to: To disqualify any offer based on offeror failure to follow solicitation

instructions. FHI 360 reserves the right to waive any deviations by Offerors from

the requirements of this solicitation that in FHI 360’s opinion are considered not to be material defects requiring rejection or disqualification, or where such a waiver will promote increased competition.

Extend the time for submission of all RFP responses after notification to all Offerors.

Terminate or modify the RFP process at any time and reissue the RFP to whomever FHI 360 deems appropriate.

FHI 360 reserves the right to issue an award based on the initial evaluation of offerors without discussion.

FHI 360 reserves the right to award only part of the activities in the solicitation or issue multiple awards based on solicitation activities.

FHI 360 will not compensate offerors for preparation of their response to this RFP.

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 21

Page 22: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

Issuing this RFP is not a guarantee that FHI 360 will award a contract. FHI 360 may choose to award a contract to more than one offeror for

specific parts of the activities in the RFP.

G.2 AUTHORIZED GEOGRAPHIC CODEThe authorized geographic code for the procurement of goods and services under this Contract is 937 or as specified in Task Orders.

G.3 LOGISTIC SUPPORTThe Contractor must be responsible for all administrative support and logistics required to fulfill the requirements of this Contract in Jordan and its provinces. These must include to all travel arrangements, appointment scheduling, secretarial services, report preparations services, printing, and duplicating.

G.4 LANGUAGE REQUIREMENTSContractor personnel and/or consultants must have English and Arabic language proficiency as needed to perform technical services. FHI 360 reserves the right to test proposed individuals to ensure that they have the required language capability as required by the Task Order.

G.5 INTERNATIONAL TRAVEL APPROVAL AND NOTIFICATION REQUIREMENTS (JAN 1990)No international travel is allowed under this contract.

G.6 USAID DISABILITY POLICY (DECEMBER 2004) (ACQUISITION AND ASSISTANCE POLICY DIRECTIVE 04-17)(a) The objectives of the USAID Disability Policy are (1) to enhance the attainment of United States foreign assistance program goals by promoting the participation and equalization of opportunities of individuals with disabilities in USAID policy, country and sector strategies, activity designs and implementation; (2) to increase awareness of issues of people with disabilities both within USAID programs and in host countries; (3) to engage other U.S. government agencies, host country counterparts, governments, implementing organizations and other donors in fostering a climate of nondiscrimination against people with disabilities; and (4) to support international advocacy for people with disabilities. The full text of the policy paper can be found at the following website: h t tp: / /pd f .usaid.gov/ p d f _docs/PDABQ631.p d f

(b) FHI 360 therefore requires that the Contractor not discriminate against people with disabilities in the implementation of FHI 360 programs and that it make every effort to comply with the objectives the USAID Disability Policy in performing this Contract. To that end and within the statement of work of the Contract, the Contractor's actions must demonstrate a comprehensive and consistent approach for including women and children with disabilities.

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 22

Page 23: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

(d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all contracts when the contractor’s employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer.

[END OF SECTION G]

USAID CIS, IDIQ for Evaluation Support, Final as of 26 Jan 2016, pg. 23

Page 24: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION H – FHI 360 CONTRACT TERMS AND CONDITIONS AND FUNDER FLOW DOWN TERMS AND CONDITIONS

H.1 FHI 360 CONTRACT TERMS AND CONDITIONS

1. INDEPENDENT CONTRACTOR

The Contractor in all matters is and shall be deemed to be an independent contractor. This Contract does not create the relationship of principal and agent, employer and employee, joint venture, or partnership between the Contractor and FHI 360. Neither Contractor nor anyone employed by it represent, act, purport to act, will be or be deemed to be an agent, representative, or employee of FHI 360. The Contractor will comply with all laws and assume all risks incident to Contractor’s status as an independent entity. This includes, but is not limited to, responsibility for all applicable income taxes, associated payroll and business taxes, licenses and fees, and workers compensation and other insurance as required by law or as necessary for Contractor’s protection in connection with work performed under this Contract.

2. CONFIDENTIAL INFORMATIONDuring the term of this Contract, Contractor and its employees may receive or have access to data and information that is confidential and proprietary to FHI 360 or its funder. “Confidential Information” is defined as all technical, financial or business data or information that is proprietary to FHI 360 or its funder and is not generally known to the public, whether directly or indirectly disclosed, in verbal, written, graphic, photographic, electronic, prototypic, sample or any other form. Confidential Information does NOT include information that: is or becomes generally available to the public other than as a result of a

disclosure by Contractor; becomes available to Contractor on a non-confidential basis from a source

that is not prohibited by a legal, contractual or fiduciary obligation from disclosing such information;

is developed independently by Contractor without use of Confidential Information, as demonstrated by written records and evidence;

was in Contractor’s possession or known to Contractor prior to receipt from the disclosing party; or

is required by law to be disclosed, provided Contractor notifies FHI 360 promptly and gives FHI 360 an opportunity to seek an appropriate protective order.

Confidential Information may be used by Contractor or its employees only for purposes of performing the obligations under this Contract. Contractor will not reveal, publish or otherwise disclose Confidential Information to any third party without the prior written consent of FHI 360.

All “Confidential Information” disclosed to or otherwise made known to Contractor as a result of services under this Contract remains the sole property

Page 25: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

of FHI 360 and/or its funding sponsor. These obligations of confidentiality and non-disclosure will remain in effect at all times during the term of this Contract and for a period of five (5) years after the termination of this Contract.

3. ORGANIZATIONAL CONFLICTS OF INTEREST a) The Contractor represents that, to the best of the Contractor's knowledge

and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, or that the Contractor has disclosed all such relevant information.

b) The Contractor agrees that if an organizational conflict of interest is discovered after award, the Contractor will make a full disclosure in writing to the FHI 360 Contracting Officer. This disclosure will include a description of activities which the Contractor has taken or proposes to take, after consultation with the FHI 360 Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict.

c) If the Contractor was aware of a potential organizational conflict of interest prior to award or discovered a conflict after award and did not disclose or misrepresented relevant information to the FHI 360 Contracting Officer, FHI 360 may terminate the Contract for default.

d) The Contractor further agrees to insert provisions which will conform substantially to the language of this clause, including this subparagraph (d), in any Contract or consultant agreement arising out of this Contract.

4. STANDARDS OF ETHICS AND BUSINESS CONDUCTThe Contractor acknowledges and accepts FHI 360’s emphasis on the importance of accountability to those who benefit from FHI 360’s work, and the parties’ mutual accountability to each other, to project collaborators, and to our sponsors. The Contractor confirms its accountability to children and to all others whom its programs are intended to serve. In the case of children, the Contractor will undertake to ensure that no individual with any history of crimes against children will be placed in a position involving direct interaction with children as part of the work under this Contract.

The Contractor acknowledges that FHI 360 corporate policy requires that FHI 360’s activities be conducted within the letter and spirit of the law. The Contractor, including any of its affiliates and their respective employees, agents officers, or other members of its management will not make any payment, either directly or indirectly, of money or other assets to government or political party officials, candidates for public office, or representatives of other businesses or persons acting on behalf of any of the foregoing (referred to collectively as “officials”) where such payment would constitute a violation of any law. In addition, regardless of legality, the Contractor will make no payment either directly or indirectly to officials if such payment is for the purpose of influencing decisions or actions with respect to the subject matter of this Contract or any other aspect of FHI 360’s operations.

5. PROTECTION OF HUMAN RESEARCH SUBJECTS

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 25

Page 26: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

The Contractor is responsible for safeguarding the rights and welfare of human subjects involved in research under this Contract.   When this Contract is funded with funds from a federal department or agency, the Contractor shall provide FHI 360 with written assurance satisfactory to the sponsoring federal department or agency that it will comply with the Common Federal Policy for the Protection of Human Subjects found in Part 225 of Title 22 of the Code of Federal Regulations.     This policy applies to all research involving human subjects conducted, supported or otherwise subject to regulation by any federal department or agency including research that takes place in foreign countries.   In the case of research conducted outside of the United States and remains subject to 22 CFR 225, the Contractor shall submit to the FHI 360 Technical Monitor written assurance that procedures followed by the Contractor to protect human research subjects are at least equivalent to those in 22 CFR 225.  In lieu of a written assurance, FHI 360 shall accept the existence of a current assurance, appropriate for the research in question, on file with the Office for Human Research Protections, HHS, or any successor office, and approved for federal wide use by that office.Any research supported under this Contract that will involve human subjects as defined in 22 CFR 225 shall not commence until the required assurance has been submitted to FHI 360 and Contractor has been notified in writing by the FHI 360 Technical Monitor that all other requisite approvals of the Contractor’s procedures pursuant to the protection of human research subjects have been obtained, as appropriate.

6. PATIENT CAREWhen the Contract involves patient care, the Contractor assumes full responsibility and liability for the care and treatment of its patients. To the extent that the training and other support provided to the Contractor by FHI 360-employed personnel under this Contract encompasses treatment of Contractor’s patients, the Contractor acknowledges and agrees as follows:(a) that the Contractor is ultimately responsible for such treatment;(b)that such treatment will be deemed to be done by and on behalf of the

Contractor;(c) that the Contractor waives any claim against FHI 360 and/or FHI 360-

employed personnel arising out of patient treatment;(d)that the Contractor will assume full responsibility for any claims made by patients arising out of patient treatment, whether patient treatment was provided by Contractor-employed personnel or by FHI 360-employed personnel; and,

(e)that the Contractor will hold FHI 360 harmless from any liability arising out of any assistance provided under the terms of this Contract.

7. INSPECTION AND ACCEPTANCEAcceptance of the effort specified in the Scope of Work will be made by FHI 360’s Technical Monitor or his/her authorized representative. FHI 360 has the right to inspect and evaluate the work performed under this Contract, and the premises where the work is being performed, at all reasonable times and in a manner that will not unduly delay the work.USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 26

Page 27: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

8. CHANGES AND MODIFICATIONSAny proposed change to this Contract must be authorized by a written modification to this Contract before performance of work involved in the change may begin.

9. WORK PRODUCTS AND DELIVERABLES All work products and other deliverables including technical reports required under this Contract shall be submitted FHI 360 Technical Monitor. Notwithstanding any other payment provision of this Contract, failure of Contractor to submit required reports when due, or failure to perform or deliver required work, supplies, or services to the reasonable satisfaction of FHI 360’s Technical Monitor will result in the withholding of payment under the Contract unless such failure arises out of causes beyond the control and without the fault or negligence of Contractor.

10. WORKING FILES AND DATASETS Contractor certifies that any working files maintained by Contractor including calculations, assumptions, interpretations of regulations, sources of information, and other raw data required in the performance of this Contract will be maintained in an accurate and complete manner. Upon request, Contractor will provide information contained in its working files to the FHI 360 Technical Monitor.

11. RECORD KEEPING AND ACCESSThe Contractor will maintain books, records, documents, program and individual service records and other evidence of its accounting and billing procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature incurred in the performance of this Contract. These records will be subject at all reasonable times to monitoring, inspection, review or audit by authorized employees or agents of FHI 360 or its funding sponsor. The Contractor will retain all such records concerning this Contract for a period of three (3) years after the submission of the final Contractor Monthly Financial Report, unless a longer period is specified in the specific terms and conditions of the Contract. If any litigation, claim or audit is started before the expiration date of this three-year period, the records will be retained until all litigation, claims or audit findings involving the records have been resolved.

12. PUBLICATIONUnless otherwise specified in this Contract, the Contractor is encouraged to publish the results of its work under this Contract. In the event the Contractor proposes any academic publication arising out of Contractor’s work under this Contract, Contractor will contact the FHI 360 Technical Monitor and request copies of FHI 360’s policies regarding publica-tion and authorship (POL 05004 and POL 05007). Contractor agrees to comply with the requirements of those policies.USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 27

Page 28: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

Disclaimer. For both academic and non-academic publications resulting from work performed under this Contract, Contractor will include a disclaimer which is in substantially conformity with the following example:

“This publication was prepared under a Contract funded by Family Health International under Cooperative Agreement AID-278-LA-13-00001 funded by USAID. The content of this publication does not necessarily reflect the views, analysis or policies of FHI 360 or USAID, nor does any mention of trade names, commercial products, or organizations imply endorsement by FHI 360 or USAID.”

The Contractor will notify the FHI 360 Technical Monitor when any article, chapter or other publication is published, and will provide a copy of the published work to FHI 360.

13. TERMINATIONa) Termination. Funding for this Contract is contingent upon factors

including the availability of funds to FHI 360, satisfactory progress by Contractor, and overall direction of the program of which this Contract is a part. FHI 360 may suspend or terminate this Contract in whole or in part, at any time, and for any reason, by providing five (5) days written notice of the effective date of the suspension or termination to Contractor. Contractor will be responsible for satisfying all of its obligations relative to this Contract through the effective date of termination. FHI 360 will only be responsible for costs incurred after the effective date of suspension or termination as follows: (a) FHI 360 expressly authorizes such costs in the notice of suspension or termination or subsequently in writing, or (b) the costs result from non-cancelable obligations that were properly incurred be-fore the effective date of suspension or termination, were incurred not in anticipation of the suspension or termination, and the costs would be allowable if the Contract were not suspended or expired normally at the end of the funding period in which the termination takes effect..

b) Terms upon Termination. Upon Termination, Contractor will:1. cease all work except to the extent that is minimally necessary to shut

down operations;2. return or provide to FHI 360 all materials and work product related to

this Contract; and,3. provide FHI 360 with such services related to the transfer of tasks under

the work statement to another Contractor as is specified by FHI 360 upon termination.

Contractor will be reimbursed for services provided up to the effective date of termination and any such transfer costs as are specified and approved in advance by FHI 360, provided such services are in accordance with the provisions of this Contract.

14. DISPUTES

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 28

Page 29: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

All disputes and differences that may arise out of or in connection with the terms of this Contract will be settled by negotiations between the FHI 360 Contracting Officer and the Contractor’s duly authorized representative. For non-U.S. domiciled Contractors, disputes which remain unresolved after sixty (60) days will be settled by arbitration in London, England, U.K. in accordance with the international arbitration rules of the International Chamber of Commerce. For U.S. based Contractors, disputes which remain unresolved after sixty (60) days will be settled by arbitration in Raleigh, North Carolina, in accordance with the arbitration rules of the American Arbitration Association. An arbitration panel of three (3) arbitrators will be selected, with each party designating a single arbitrator. The arbitrators designated by the parties will select the third arbitrator. The decision of the arbitration panel will be final. This Contract is governed by and construed under the laws of the State of North Carolina, U.S.A. The provisions of the United Nations Convention for the International Sale of Goods are specifically excluded.

15. INDEMNIFICATIONThe Contractor will indemnify, defend, and hold FHI 360 (and its affiliates, subsidiaries, directors, officers, employees and agents) harmless from and against any claims, liabilities, damages, losses, costs and expenses, including reasonable attorneys’ fees, incurred or suffered by any of them that arise out of or relate, in whole or in part, to any actual or alleged act or omission by Contractor or its employees, agents or representatives in connection with the performance of any of the work specified in this Contract.

16. DEBARMENT AND SUSPENSIONThe Contractor certifies that neither it nor its principals is presently excluded or disqualified from participation in this transaction by any Federal department or agency.

17. TERRORIST FINANCINGThe Contractor will not engage in transactions with, or provide resources or support to individuals and organizations associated with terrorism, including those organizations and individuals identified in lists promulgated by the U.S. Government, the United Nations and the European Union. It is the legal responsibility of the Contractor to ensure compliance with these laws. This provision must be included in all lower tier contracts issued under this Contract.

18. PROHIBITION ON ASSISTANCE TO DRUG TRAFFICKERSFHI 360 reserves the right to terminate this contract, to demand a refund or take measures if Contractor is found to have been, convicted of a narcotic offense or engaged in drug trafficking activities.

19. PROSTITUTION AND SEX TRAFFICKING None of the funds made available under this contract may be used to promote or advocate the legalization or practice of prostitution or sex trafficking. Nothing in the preceding sentence shall be construed to preclude the provision USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 29

Page 30: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

to individuals of palliative care, treatment, or post-exposure pharmaceutical prophylaxis, and necessary pharmaceuticals and commodities, including test kits, condoms, and, when proven effective, microbicides.If this contract is for the implementation of HIV/AIDS programs, and if the Contractor is a non-US organization, the Contractor agrees that it is opposed to the practices of prostitution and sex trafficking and hereby certifies that it does not and will not promote the legalization or decriminalization or practice of prostitution or sex trafficking. 1) PROHIBITION ON ABORTION-RELATED ACTIVITIES No funds made available under this contract will be used to finance, support, or be attributed to the following activities:

a) Procurement or distribution of equipment intended to be used for the purpose of inducing abortions as a method of family planning; b) special fees or incentives to women to coerce or motivate them to have abortions; payments to persons to perform abortions or to solicit persons to undergo abortions; c) information, education, training, or communication programs that seek to promote abortion as a method of family planning; or lobbying for abortion.

No funds made available under this contract will be used to pay for any biomedical research which relates, in whole or in part, to methods of, or the performance of, abortions or involuntary sterilizations as a means of family planning. Epidemiologic or descriptive research to assess the incidence, extent or consequences of abortions is not precluded.

20. DELAYSWhenever Contractor knows, or reasonably should know, that any actual or potential condition is delaying, or threatens to delay, the timely performance of work under this Contract, Contractor will, within five (5) days, notify FHI 360’s Technical Monitor, in writing, providing all relevant information with respect to the delay.

21. VALIDITY AND WAIVERThe invalidity in whole or in part of any provision of this Contract will not affect the validity of other provisions. A waiver of a breach of any provision of this Contract will not constitute a waiver of any subsequent breach of that provision or a breach of any other provision of this Contract. The failure of FHI 360 to enforce at any time or from time to time any provision of this Contract will not be construed as a waiver of the provision.

22. BINDING EFFECT AND ASSIGNMENTThis Contract will be binding upon and will inure to the benefit of FHI 360’s successors and assigns. This Contract may not be assigned by Contractor without the prior written consent of FHI 360’s Contracting Officer, which consent will not be unreasonably withheld.

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 30

Page 31: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

23. ORDER OF PRECEDENCEAny conflict between any of the provisions and attachments to this contract shall be resolved by applying the following order of precedence:1. Articles of this contract;2. Scope of Work – Attachment A; 3. FHI 360 Terms and Conditions, and4. Donor specific Terms and Conditions

FUNDING SPONSOR FLOW-DOWN TERMS AND CONDITIONS FOR A COMPLETE LIST OF APPLICABLE PROVISIONS, PLEASE SEE STANDARD PROVISIONS FOR US NON-GOVERNMENTAL ORGANIZATIONS:http://www.usaid.gov/sites/default/files/documents/1864/303maa.pdfShould the Subcontractor not be able to retrieve these provisions, the FHI 360 monitor will make their full text available upon request.

[END OF SECTION H]

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 31

Page 32: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION I - LIST OF ATTACHMENTS

1. Illustrated Case Study for Technical Application (See p. 33, Section K.3)

2. SOW Societies Empowerment Fund Impact Assessment Anticipated (See p. 8)

3. RFP Societies Empowerment Fund (SEF) 2015-2018 (See p. 8)4. USAID CIS Branding and Marking Plan (See p. 38) 5. Illustrative Cost proposal budget template (pg. 33)6. FHI 360 1420 Bio-data Sheet

[END OF SECTION I]

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 32

Page 33: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION J – REQUIRED CERTIFICATIONS AND OTHER STATEMENTS

When the contract will be financed with US Government funds and thus subject to the Federal Acquisition Regulation, the Contractor shall complete electronic annual representations and certifications in the System for Award Management (SAM) accessed via https://www.acquisition.gov.

The Contractor shall update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM.

For USG-funded contracts and modifications to contracts, the Contractor [ ] has [ ] has not completed its annual representations and certifications in SAM.

**Contracts at or below JOD 17,700.00 awarded to foreign vendors for work performed outside the United States are exempt from the requirement above.

AUTHORIZED NEGOTIATORS

The Offeror or quoter represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this request for proposals or quotations: [list names, titles, and telephone numbers of the authorized negotiators]. _______________________________________________________________________ _______________________________________________________________________ ________________________________________________________________________________________________________________________________________

SIGNATUREBy signature hereon, or on an offer incorporating these Representations, Certifications, and Other Statements of Offerors, the offeror certifies that they are accurate, current, and complete, and that the offeror is aware of the penalty prescribed in 18 U.S.C. 1001 for making false statements in offers.

Solicitation No. _______________________________________Offer/Proposal No. ____________________________________Date of Offer _________________________________________Name of Offeror_______________________________________Typed Name and Title__________________________________

Signature_____________________________________________

Date_______

[END OF SECTION J]

Page 34: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 34

Page 35: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION K - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

K.1 GENERAL INSTRUCTIONS

(a) Number of Award. FHI 360 anticipates multiple awards as a result of this Solicitation.

(b) RFP Instructions. If an Offeror does not follow the instructions set forth herein, the Offeror's proposal may be eliminated from further consideration or the proposal may be down-graded and not receive full or partial credit under the applicable evaluation criteria.

If an Offeror does not understand the instructions in this Solicitation, then it should write to the FHI 360 point of contact for clarification sufficiently in advance of the deadline for the receipt of proposals in order to obtain an answer in time to meet that deadline

(c) Offer Acceptability. FHI 360 may determine an offer to be unacceptable if the offer does not comply with all of the terms and conditions of the RFP and prospective contract:

(1) Submission of proposed costs/prices information as required by Section B and L of this RFP;

(2) Completion of electronic annual representations and certifications at SAM accessed viahttps://www.acquisition.gov as well as any other "Representations, Certifications, and Other Statements of Offerors" in Section K; and

(3) Submission of information required by Section L or any other section of this RFP. The submission of these items in accordance with these instructions will, if FHI 360 accepts the offer, contractually bind the FHI 360 and the successful Offeror to the terms and conditions of the prospective contract. Offerors must follow the instructions contained in this RFP and supply all information and signature/certifications, as required.

K.2 DELIVERY INSTRUCTIONS

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 35

Page 36: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

Requests for ClarificationsRequests for clarifications regarding this RFP must be made in writing by email no later than January 31, 2016 at 4:00 PM in order to allow sufficient time for any reply/amendment to reach all potential Offerors before they submit their proposals. All inquiries must be e-mailed to: [email protected]. Clarifications will be provided via email to those who submit inquiries and will be posted on FHI 360’s website by February 2, 2016 by 4:00 PM. No clarifications will be offered by phone or in any way other than by email. Any additional information given to a potential offeror will be considered an amendment to this RFP and will be provided to all other potential Offerors.

Submission of OffersOffers must be delivered via e-mail, on or before noon on February 11, 2016:

USAID Civic Initiatives Support Program, Attn: Procurement Department38 Suleiman Al Hadidi Street, Um Uthaina, Amman, JordanTel.: +962 6 5933116; Fax: +962 6 5934554; E-mail: [email protected]

Offers received after the exact date and time specified will not be considered. All risks of late e-mail shall be borne by the offeror. An evaluation committee will review and score offers within two weeks of the due date, after which offerors will be informed of their status.

Award TimelineShortlisting of Offerors and Notification of Unsuccessful Offerors: February 21, 2016Award Negotiation Period: February 21 – March 2, 2016Expect to Award by: March 20, 2016

K.3 INSTRUCTIONS FOR THE PREPARATION OF THE TECHNICAL PROPOSAL

The technical proposal must be entirely separate from the cost proposal and it must not include cost information in the content of the technical proposal. The technical proposal must be organized by the technical evaluation criteria listed in Section M.

Detailed information should be presented only when required by specific RFP instructions. Key personnel CVs should not be longer than two pages each. Past performance references required by this section shall be included as an annex or attachment of the technical proposal.

Interested Offerors will respond to the Request for Proposals (RFP) with a Technical Proposal which elaborates their proposal for the most effective and USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 36

Page 37: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

efficient way to accomplish the project’s objectives and address the tasks described in the Narrative Approach below.

The Technical Proposal should include separate sections detailing the Offeror’s technical approach to the general objectives of the IDIQ. The Technical Proposal should contain a clear understanding of the work to be undertaken and the responsibilities of all parties involved. The technical proposal should be organized by the technical evaluation criteria listed in section M.

The Technical Proposal shall include the information set forth below. If any of the following sections are omitted from Technical Proposal, they will not receive any points according to the evaluation criteria (see Section M).

Offerors should pay particular attention to the Evaluation Criteria to address each item thereof. Proposals must be clearly and concisely written and must describe and define the Offeror's understanding and compliance with the requirements contained in the Statement of Work (SOW), found in Section C.

The Offeror should submit its best proposal initially as the FHI 360 reserves the right toevaluate proposals and make an award without discussions (except clarifications). Additionally, the FHI 360 reserves the right to conduct discussions should the Contracting Officer deem it necessary.

The technical proposal must, at a minimum, include the following:

Narrative Proposal Applicants must integrate the following elements into their narrative proposal:

Technical Approach . o Illustrative Impact Assessment Plan. Draft a participative

Assessment Methodology by designing a mock participative assessment plan for the case study provided in Annex 1, covering all assessment design aspects (assessment goal/purpose, assessment questions, assessment team, targeted stakeholders, data collection tools and methods, data analysis techniques and report format).

o Illustrative Project Timeline. Provide a draft project timeline for the case study which displays how the Offeror plans to complete the assessment. This should include an illustrative organizational chart for the assessment team, including the number of personnel (evaluators, data collectors…etc.) required. If the timeline is created in any other software program other than Microsoft Office or Project, please provide the timeline in PDF format.

Illustrative Budget for the Case Study.

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 37

Page 38: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

o Provide a budget for the implementation of the proposed illustrative case study assessment including detailed LOE with established daily rates for the assessment team and all non-labor costs required to implement the illustrative assessment. All costs must be budgeted as direct costs as no indirect rates will be accepted. (NOTE: this should be budgeted as if it is a real assignment with offerors included all required line items and actual costs utilizing Annex 5.)

Experience and Qualifications of the Offeror .o Describe past performance in evaluation/assessment/research

services with the Jordanian development sector, highlighting any thematic expertise (human rights, education, health, etc.) and specific accomplishments. Provide a list of previous evaluation/assessment services provided during the last 5 years, including the client and summary of the assignment.

o Illustrate your understanding of the Jordanian Civil Society Sector by answering the following questions:

1. How do you perceive the role of civil society in advancing Jordan’s development?

2. What are essential aspects required and common challenges (internal and external) faced by CSOs in their attempt to facilitate social change through their programmatic interventions?

o Describe your organizational capacity to simultaneously manage two or more assessments of SEF grantees within the RFP timeframe, outlining your staffing resources and additional requirements, if needed.

Key Personnel . The offeror shall provide a team organization chart which lists the names of senior and junior personnel with their associated areas of expertise and roles in the anticipated assessment. Include CVs for all key personnel (team leader and senior evaluators).

Sample of Previous Work . Submit at least one example of a relevant past report, preferably in the areas of assessment/evaluation/research within the Jordanian development sector.

References . Provide complete contact information for at least three previous clients, including contact name, address, e-mail address and telephone numbers.

K.4 INSTRUCTIONS FOR THE PREPARATION OF THE ILLUSTRATIVE BUDGET FOR THE CASE STUDY

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 38

Page 39: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

Offerors must submit an illustrative budget as part of the technical proposal using Annex 5. This should include sufficient information to support the proposed prices, i.e. a detailed budget in Excel spreadsheet format (with unlocked formulas) a price breakdown (no more than two (2) pages) of prices that includes estimated level of effort, travel costs, other direct; budget notes and supporting documents (e.g. documents that support the calculation of costs included in the spreadsheets) that demonstrate how costs were calculated.

FHI 360 will use a cost/price evaluation matrix. The cost/price evaluation matrix serves as basis for the evaluation of final ceiling daily rates as outlined the illustrative budget. The cost/price evaluation matrix reflects all labor categories expected on a task order. The Offeror must submit a completed cost/price evaluation matrix pursuant to section B.11 of this solicitation.

[END OF SECTION K]

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 39

Page 40: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION L - EVALUATION FACTORS FOR AWARD

L.1 GENERAL INFORMATION

(a) FHI 360 intends to evaluate Offerors in accordance with Section M of this RFP and make contract award to the responsible Offeror(s) whose proposal(s) represents the best value to FHI 360.

(b) The submitted technical information will be evaluated by a technical evaluation committee using the technical criteria shown below.

(c) For overall evaluation purposes, technical factors are considered significantly more important than cost/price factors.

(d) Applicants could be invited to make an oral presentation using the power point template (to be provided by FHI 360). During this presentation, applicants will present their proposed initiative, action plan and an outline of their budget.

L.2 TECHNICAL EVALUATION CRITERIA

The criteria listed below are presented by major category, so that Offerors shall know which areas require emphasis in the preparation of information. Offerors should note that the following criteria serve to (a) identify significant matters that should be addressed in proposals and (b) set the standard against which all proposals shall be evaluated. The merits of the proposal shall be evaluated carefully.

The following criteria are those that shall be applied in the evaluation of the technical proposal.

Technical Approach (Case Study design): 40Experience and Qualifications: 30Key Personnel: 30Total 100

Evaluation points are not awarded for cost; however, the review of the illustrative cost proposal shall include an assessment of cost realism, allowability and reasonableness. The review of the illustrative budget for the mock case study will enable FHI 360 to determine if the overall costs proposed are realistic for the work to be performed, if the costs reflect the Offeror’s stated understanding of the requirements, and if the costs are consistent with the technical proposal.

The following is the criterion by which the above criteria will be judged:

Technical Proposal (40 points) Quality of assessment criteria (selected criteria & evaluation questions) Defined assessment methodology (stakeholders, mix methods, sampling,

data collection techniques…etc.)USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 40

Page 41: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

Gender-sensitivity inclusion Illustrative timeline completion Illustrative budget completion

Experience and Qualifications (30 points) Extent of past evaluation services conducted Proven capacity to manage successful assessments Extent of Jordan Civil Society Sector understanding

Key Personnel (30 points) Capacity to manage 2 or more simultaneous personnel CVs of presented senior and junior staff members Accessibility to technical experts

L.3 DETERMINATION OF COMPETITIVE RANGE

If FHI 360 determines that discussions are necessary, FHI 360 may establish a Competitive Range composed of only the most highly rated proposals. FHI 360 may exclude an offer from the competitive range if it is so deficient as to essentially require a new technical proposal. FHI 360 may exclude an offer from the competitive range if it so unreasonably priced, in relation to more competitive offers, as to appear that there will be little or no chance of becoming competitive. FHI 360 may exclude an offer that would require extensive discussions, a complete re-write, or major revisions such as to allow an Offeror unfair advantage over those more competitive offers. FHI 360 reserves the right to award one or more contracts under this RFP on the basis of initial offers without discussions or without establishing a competitive range.

L.4 COST/PRICE EVALUATION

Illustrative Budget. Provide a budget for the implementation of the proposed illustrative case study assessment including detailed LOE with established daily rates for the assessment team and all non-labor costs required to implement the illustrative assessment. All costs must be budgeted as direct costs as no indirect rates will be accepted. (NOTE: this should be budgeted as if it is a real assignment with offerors included all required line items and actual costs utilizing Annex 5.)

The proposed cost/price will be evaluated for realism and reasonableness. FHI 360 will also consider administrative costs versus funds going towards program implementation costs. (a) The evaluation will be based upon the cost/price matrix for the case study and the supporting narrative provided by the Offeror. (b) FHI 360 will conduct a cost evaluation to determine if the proposed costs (i.e., the ceiling daily rates, provisional, and ceiling on fixed fee) are reasonable. This evaluation is conducted with the expectation of adequate cost/price competition and will rely heavily on market forces to USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 41

Page 42: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

determine whether the proposed cost/price is fair and reasonable. FHI 360 will also compare the proposed cost/price to historical cost/price paid for the same or similar services and other techniques and procedures, if deemed necessary, may be used to ensure proposed cost/price is fair and reasonable. (c) Cost/price analysis will be performed as applicable to determine whether the proposed cost/prices is realistic for the work to be performed, reflects a clear understanding of the requirements, and is consistent with the unique methods of performance set forth in the Offeror’s technical proposal and budget narrative.

L.5 SOURCE SELECTION (a) The overall evaluation methodology set forth above will be used by FHI 360 as a guide in determining which proposal(s) offer the best value to the organization and its funder. As set forth in Section L of this solicitation, award will be made by FHI 360 to the responsible Offeror(s) whose proposal(s) represents the best value to FHI 360 after evaluation in accordance with all factors and sub-factors in this solicitation. (b) This procurement utilizes the tradeoff process set forth in Federal Acquisition Regulations. If FHI 360 determines that competing technical proposals are essentially equal, cost/price factors may become the determining factor in source selection. Conversely, if FHI 360 determines that competing cost/price proposals are essentially equal, technical factors may become the determining factor in source selection. Further, FHI 360 may award to a higher priced Offeror if a determination is made that the higher technical evaluation of that Offeror merits the additional cost/price.

[END OF SECTION L]

USAID CIS, IDIQ for Evaluation Support, Final Draft as of 26 Jan 2016, pg. 42

Page 43: SECTION A - INTRODUCTION CIS Evaluation... · Web viewRIA LS) In additional to direct labor, other direct costs necessary for the performance of the work under task orders, such as

SECTION M – BRANDING AND MARKETING PLAN

Awardees are required to comply with the Branding and Marking Plan that is incorporated in the prime award. With USAID “Branding” refers to how a program or project is named and positioned, who it is from; it identifies the sponsor of the work. “Marking” refers to applying graphic identities or logos to program materials or project signage to visibly acknowledge contributors; it identifies organizations supporting the work. Branding and marking requirements for USAID-funded grants are contained in 2 CFR 700.16.USAID. The FHI 360 Branding and Marking Plan that applies to this contract is attached in Annex 4.

[END OF SECTION M]

- END OF RFP -