Program: mstar, Digital Development for Feed the Future (D2FTF), Human Centered Design Mobile Money Fisherfolk Value Chain Research and Mapping RFP Title: Consulting firms or any other organization with expertise to conduct Human Centered Design Mobile Money Fisherfolk Value Chain Research and Mapping Solicitation No.: 101023.020.001.144 Authority: USAID Award No. AID-OAA-A-12-00073 Date of Issuance: July 24, 2017 Due Date for Questions: August 2, 2017 Response to Questions Posted: August 4, 2017 Closing Date: August 18, 2017 Estimated Award Date: September 29, 2017
TABLE OF CONTENTS TABLE OF CONTENTS... 2 1. PURPOSE STATEMENT... 3 2. OBJECTIVE & ACTIVITY DESCRIPTION... 3 3. INSTRUCTIONS TO OFFERORS... 6 3.1 OFFERORS ELIGIBILITY... 6 3.2 FUNDING AND ESTIMATED PERIOD OF PERFORMANCE... 7 3.3 PROPOSAL SUBMISSION DEADLINE... 7 3.4 SUBMISSION METHOD FOR QUESTIONS AND PROPOSALS... 7 3.5 REVIEW PROCESS... 7 3.6 PROPOSAL CONTENTS... 7 3.6 EVALUATION CRITERIA... 9 3.7 AWARD AND NOTIFICATION OF SELECTED PROPOSALS... 10 4. TERMS AND CONDITIONS... 11 4.1 SOURCE OF FUNDING AND GEOGRAPHIC CODE... 11 4.2 WITHDRAWAL OF PROPOSALS... 12 4.3 RIGHT TO SELECT/REJECT... 12 4.4 JOINT VENTURES... 12 4.5 DISCLAIMER... 12 4.6 OFFER VERIFICATION... 12 4.7 FALSE STATEMENTS IN OFFER... 13 4.8 CONFLICT OF INTEREST... 13 4.9 RESERVED RIGHTS... 13 4.10 GOVERNING LAW AND LANGUAGE... 13 4.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION... 13 5. ATTACHMENTS... 14
1. PURPOSE STATEMENT Background The purpose of this Request for Proposals (RFP) is to solicit subcontractors to support FHI 360 s implementation of the Mobile Solutions Technical Assistance and Research Program (mstar), funded by the United States Agency for International Development (USAID), Award No. AID-OAA-A-12-00073. mstar is a strategic investment by USAID to advance mobile solutions and close the gaps that hold back access and uptake of mobile technology. The project supports broad-based coordinated action by a range of market stakeholders including governments, donors, mobile service providers, and their customers. The Mobile Solutions, Technical Assistance and Research (mstar) project is a strategic investment by the U.S. Agency for International Development (USAID) to advance mobile solutions and close the gaps that hold back access and uptake of mobile technology. The project supports broad-based coordinated action by a range of market stakeholders including governments, donors, mobile service providers, and their customers. mstar is designed to initiate and support game-changing interventions to support digital finance, digital inclusion, and mobile data collection and dissemination. mstar is issuing this request for proposals to interested international development consulting firms or any other organization with expertise to conduct human centered design research to inform the improvement and streamlining of existing mobile money services that meet the needs of fisherfolk along the marine fishery value chain in Ghana in support of the U.S. Global Development Lab (Lab) and the Bureau for Food Security (BFS) in their collaborative effort called Digital Development for Feed the Future (D2FTF). D2FTF seeks to demonstrate how the results and cost effectiveness of the U.S. Government s Feed the Future Initiative can be increased when a Feed the Future country team leverages digital approaches holistically and according to best practices. The goal is to demonstrate how digital tools can accelerate progress towards Feed the Future high-level indicators of increasing agricultural income and improving nutrition in nineteen priority countries. This RFP is issued as a public notice to ensure that all interested, qualified, and eligible organizations have a fair opportunity to submit proposals for funding. 2. OBJECTIVE & ACTIVITY DESCRIPTION Objective In Ghana, fisherfolk and fish processors often lack access to formal financial services (such as savings, credit, and loans) and rely on cash transactions, which can be costly in terms of time, effort, and risk. Mobile money has great
potential to help fishers access key financial services via their mobile phones to receive payments and pay for services (such as insurance and goods). For the fisheries value chain to truly benefit from mobile money, mstar, the D2FTF team, and USAID/Ghana are supporting the Sustainable Fisheries Management Project (SFMP) to work with all actors along the fisheries value chain to look for ways to digitize the end-to-end payment process from payment of fish produce at the landing site to final sale to end customers after fish produce has been processed. The purpose of this scope of work is to address challenges of existing mobile money services, especially around user issues like easy-of-use for fisherfolk in Ghana. Location of Work: The work will be carried out over a four-month period in Ghana and the United States, as appropriate to the task. Local travel to field sites along the coastal region of Ghana will be required. Tasks and Deliverables mstar seeks a subcontractor to support USAID to undertake a human centered design research to 1) first conduct research to better understand the actors along the fisher value chain and their needs, and 2) provide recommendations to mobile money providers to improve and streamline existing mobile money services to be able to better meet the needs and to demonstrate the value proposition for mobile money providers. Task 1: Conduct research to identify needs and constraints for actors in the value-chain and determine transaction flows and volumes Task 1.1 Produce process flow and data flow diagrams The selected organization will map existing payment processes across the fisheries value chain and generate data flow diagrams from fish production to fish processing to distribution/sale in market and consumption by actual beneficiaries. This task is meant to produce illustrative sequential maps and identify opportunities and potential areas for mobile money service providers, fisherfolk community and the sector to adopt mobile money. Task 1.2: Conduct key informant interviews and/or focus group discussions with actors along the fisheries value chain and key stakeholders The selected organization will prepare a s semi-structured interview guide will that captures, but not be limited to, household demographics, household roles and responsibilities, stories of recent past, aspirations for the future, willingness to pay for digital products, income sources, mobile money constraints and opportunities, digital literacy, perceptions of mobile money, typical transaction processes and flows and other details about the current operations of mobile money in fisherfolk communities. Task 1.2: Synthesize results and produce five to six stakeholder profiles that capture transaction and information patterns within the complex fisheries value chain.
Building off the data gathered in Task 1.1 and 1.2, The selected organization five to six stakeholder profiles will be developed that capture the main archetypes present in fisherfolk communities. These profiles should include, but are not limited to, tendency to adopt new forms of technology, digital literacy levels, socioeconomic experience, role in the community/value chain, level of influence within the community/value chain, typical transaction habits and volumes, etc. Task 2: Produce a report detailing existing mobile money services tailored to the needs of fisherfolk and accompanying recommendations on how to streamline and improve existing services for fisherfolk Building off the research conducted in Task 1, the selected organization will tailor the knowledge and insights to identify existing challenges with the mobile money services and assess the challenges in order to improve user experience and to scale mobile money along the fisherfolk value chain. This report will include, but not be limited to: Pair needs of beneficiaries with existing services to determine the most appropriate existing services for fisherfolk Detailed descriptions of existing services and service challenges Recommendations for mobile money service providers on strategies for o Solutions to existing and proposed challenges in mobile money services provided to fisherfolk in Ghana, including adjustments to existing mobile money products or the development of new products o customer acquisition and retention strategy for fisherfolk and other actors along the value chain o Strategy to advertise digital financial services to fisherfolk in Ghana o pricing o Suggestions on where to place ideal agents or potential actors to serve as mobile money agents to increase access to mobile money o Suggestions on customer service tactics and support needs for fisherfolk in Ghana Expected timeline and deliverable FHI 360 is the primary manager of this Request for Proposal. The following deliverables are to be submitted by the subcontractor in electronic form to the FHI 360 Technical Manager. The subcontractor should anticipate that multiple drafts of the deliverable (revisions) may need to be produced and submitted for feedback before the deliverable can be considered final and approved as fulfilling the terms of the contract. Cross-Cutting Activity workplan, including a proposed timeline for implementation of all tasks and deliverables Presentation to mstar, USAID/Ghana and SFMP that includes summarized lessons learned and recommendations on how to fully leverage digital financial services along the fisherfolk value chain in Ghana Task 1 Semi-structured interview/focus group guide Assessment Report presenting research synthesis, including map of fisherfolk transactional and information exchange ecosystem, and five to six stakeholder profiles
Task 2 Recommendations Report targeted to mobile money service providers and accompanying presentation. The report should include: o Solutions to existing and proposed challenges in mobile money services provided to fisherfolk in Ghana o Customer acquisition and retention strategy o Strategy to advertise digital financial services to fisherfolk in Ghana o Suggestions on where to place agents or potential actors to serve as mobile money agents o Suggestions to customer service tactics and support needs or fisherfolk in Ghana No. Deliverable Estimated Due Date Cross- Cutting 1 Activity Workplan, including a proposed timeline for implementation of all tasks and deliverables 1 week after project start Task 2 2 Semi-structured interview guide 3 weeks after project start 3 Assessment Report with value chain map and stakeholder profiles 10 weeks after project start Task 3 5 Recommendations Report with detailed recommendations 14 weeks after project start 6 Presentation to USAID/Ghana and SFMP, including Powerpoint slides 16 weeks after project start The work will be performed over a period of 16 weeks, anticipated between September 2017 January 2018 Reporting: The selected organization will be expected to report on progress to date via conference calls or inperson meeting. 3. INSTRUCTIONS TO OFFERORS 3.1 OFFERORS ELIGIBILITY This competition is open to any non-governmental, non-profit or for-profit entity. To be minimally eligible for funding, offerors must comply with requirement of the RFP including the following conditions: Organizations must be legally registered or otherwise authorized to conduct business in their country or countries of operation.
Organizations must have a DUNS number and must be registered in SAM. Organizations must submit their proposal in English. 3.2 FUNDING AND ESTIMATED PERIOD OF PERFORMANCE The mechanism for funding will be a Fixed Price Agreement with an expected ceiling of US$75,000.00. FHI 360 will issue payment(s) based on submission and FHI 360 acceptance of invoices for allowable costs that are reasonable, allocable and necessary for performance of this activity. Once a subcontract is issued, it will include a Subcontractor Financial Report that will serve as the subcontractor s invoice. The subcontract is anticipated to commence in late September 2017 and final deliverables are anticipated to be submitted by late January 2018. 3.3 PROPOSAL SUBMISSION DEADLINE Proposals may be submitted at any time before 5:00 PM EDT on the date specified on the cover page of this RFP. Submissions received after the deadline will not be considered. 3.4 SUBMISSION METHOD FOR QUESTIONS AND PROPOSALS Submit questions and proposals electronically to: Patrick Malone (pmalone@fhi360.org) and Ellen Galdava (egaldava@fhi360.org). FHI 360 will not accept paper applications for this RFP. All questions and answers will be shared with all interested offerors. Technical proposals and attachments may be submitted in Microsoft Word or Adobe PDF format. Budgets must be submitted in Microsoft Excel format using the template provided. The email subject line should read D2FTF Ghana HCD Research [Name of organization submitting proposal]. 3.5 REVIEW PROCESS Proposals will be reviewed and awarded by an evaluation panel. FHI 360 will lead and coordinate the evaluation panel. A technical evaluation committee will review all technical proposals using the Evaluation Criteria detailed in section 3.7 below. It is anticipated that the award will be made within 4-6 weeks after the submission deadline, as stated on the cover of this RFP. Final negotiations and award will be managed by FHI 360. 3.6 PROPOSAL CONTENTS Offerors will develop their proposals based on their understanding of needs and their prior institutional experience within the context provided above. Proposals must not exceed 15 pages, not including CVs and other attachments. Complete proposals must include the following sections:
1. Technical Approach The evaluation methodology must provide comprehensive details of how the offeror intends to conduct the tasks for this activity, including a preliminary methodology. In addition to the methodology, the offeror should include a proposed implementation plan and accompanying timeline for the project. While the evaluation methodology focuses exclusively on the research aspects of the project, the implementation plan should outline the offeror s approach to executing the entirety of the activity. 2. Personnel Statement The personnel statement must include: A statement demonstrating the proposed personnel s relevant skills and past experience to successfully complete this assignment. It should highlight experience with human-centered design research, digital financial services, agricultural and/or fishery value chains, mobile money service provider engagement, as well as experience building partnerships and working with the international development community. The personnel statement should also indicate written and oral proficiency in English. As an annex, CVs of the proposed personnel who will conduct the work (maximum 2 pages per CV). We anticipate these may require two main types of expertise, including: seed systems specialist, and enterprise systems architect who will work collaboratively to achieve all those tasks outlined above. As an annex, a biodata form (Attachment B) for each proposed personnel who will conduct the work 3. Corporate Capabilities and Past Experience The corporate capabilities and past experience must include: A detailed explanation of the organization s previous experience with human centered design research, particularly in the developing country context, as well as experience with business strategy development. digital financial services. The proposed management structure for the implementation of this activity. Demonstration of adequate resources to successfully complete this assignment. Three organizational references from previous funders/investors, clients, or partners including contact information (names, company or organization, phone number and email)-implementing similar activities/tasks. 4. Budget The budget must be presented in the format included as Attachment A and must contain detailed line item costs in US Dollars, a budget narrative, and any supporting documentation that clearly show how the budgeted amounts were calculated and determined. When preparing the budgets and budget narrative, offeror must follow these instructions: Budgets must be accompanied by a brief narrative explanation and justification for each line item. The
budget narrative must include data to support actual costs and/or methodologies to support cost estimates. The budget narrative should be presented in such a way as to be easily referenced from the budget and should provide sufficient information so that FHI 360 may review a proposed budget for reasonableness. All projected costs must be in accordance with the organization s standard practices and policies. Budgets must be sufficiently detailed to demonstrate reasonableness and completeness. Offerors including budget information determined to be unreasonable, incomplete, unnecessary for the completion of the proposed project, or based on a methodology that is not adequately supported may be deemed unacceptable. Budgets must be submitted in USD. If the budget includes an indirect rate, offerors must attach a Negotiated Indirect Rate Cost Agreement (NICRA), or an independent auditor-certified indirect rate based upon the last 3 years of audited financial statements. If the offeror does not have a copy of this to support the indirect rate proposed, they must break out the costs and charge the costs as fixed amounts and must be shown as separate line items in the budget and charge the costs as direct expenses shown via line items in the budget. If the costs are charged as fixed amounts, in the budget narrative please explain the methodology and calculation behind the estimated fixed amounts. 5. Other Attachments Certifications (Attachment C); Certifications are required by FHI 360 and USAID and must be signed by the authorized official, dated and included in the proposal. Recipients will be required to comply with the content of the certifications as part of the contractual agreement when/if funding is approved. Copy of registration certificate for the organization. 3.6 EVALUATION CRITERIA The criteria presented below have been tailored to the requirements of this RFP. A total of 100 points are possible for the complete proposal. The relative importance of each criterion is indicated by approximate weight by points. Evaluation Criteria Technical Approach Understanding of the subject matter and issues. Comprehensiveness of proposed approach and technical soundness of technical approach and reasoning why the technical approach was chosen. Implementation plan and proposed timeline are realistic and include all proposed elements of the activity. Personnel Statement Personnel proposed for this work must have a proven track record in human-centered design research, digital financial services, agricultural and/or fishery value chains, mobile money service provider engagement, as well as experience building partnerships and working with the international development community. Personnel should also be familiar with and, ideally, have experience working with the international development community Points 20 points 40 points
Proposed staff person(s) who will be responsible for implementation have the relevant skills and past experience to successfully complete the assignment, both in terms of conducting the human centered research and analysis and also in designing a comprehensive business strategy Commitment letter to work on the proposed project if an award is made included in their CV Personnel should have excellent written and oral communication skills in English. Corporate Capabilities and Past Experience Experience and capacity of the organization(s) and adequacy of resources. The proposed management structure is reasonable and sufficient to implement this work. The organization shows past experience and credible reputation in the area of human centered design research, particularly in the developing country context, as well as experience with business strategy development. digital financial services. Budget Proposed budget represents the best value, and all costs included in it are allocable to this activity, reasonable and allowable under USAID rules and regulations. TOTAL 20 points 20 points 100 points a) FHI 360 intends to evaluate offerors in accordance with the stated evaluation criteria and make a contract award to the responsible offeror(s) whose proposal(s) meets the requirements of this RFP and scored the highest proposal. (b) The submitted technical information will be evaluated by a technical evaluation committee using the stated technical criteria. (c) 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. 3.7 AWARD AND NOTIFICATION OF SELECTED PROPOSALS 1. Prior to the expiration period of proposal validity, FHI 360 will notify the successful offeror who submitted the highest scoring proposal in writing by email and invite it to negotiate the contract. 2. The aim will be to reach agreement on all points, and draft an initial contract by the conclusion of negotiations.
3. Negotiations will commence with a discussion of the offeror s technical proposal, schedule of activities, staffing and any suggestions you may have made to improve upon the Scope of Work. Agreement must then be reached on the final deliverables, staffing, logistics and reporting. Special attention will be paid to define clearly the inputs required from FHI 360 to ensure satisfactory implementation of the assignment. 4. Changes agreed upon will then be reflected in the financial proposal, using proposed unit rates. 5. Having selected the Subcontractor on the basis of the stated evaluation criteria, FHI 360 expects to negotiate a contract on the basis of the staff named in the proposal and, prior to contract negotiations, will require assurance that these staff will be actually available. FHI 360 will not consider substitutions during contract negotiations except in cases of unexpected delays in the starting date or incapacity of key professional staff for reasons of health. 6. The negotiations will be concluded with a review of the draft form of the contract. FHI 360 and the offeror shall finalize the contract to conclude negotiations. 7. The contract will be awarded after successful negotiations with the selected offeror. If negotiations fail, FHI 360 will invite the offeror having obtained the second highest score to contract negotiations. 8. Any 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. 9. Issuance of this Request for Proposal does not constitute an award commitment on the part of FHI 360 nor does it commit FHI 360 to pay for the costs incurred in the submission of a proposal to the RPP. Furthermore, FHI 360 reserves the right to reject any or all offers received and to negotiate separately with an offeror, if such action is considered to be in the best interest of FHI 360 s client organization, the U.S. Agency for International Development. 10. FHI 360 may evaluate offers in response to this solicitation without discussions and will award a contract to the responsible offeror whose offer, conforming to the solicitation, is scored the highest according to the stated evaluation criteria. FHI 360 reserves the right to: (a) Reject any or all offers; (b) Accept other than the lowest-price offer; and/or (c) Waive informalities or minor irregularities in offers received. 4. TERMS AND CONDITIONS Offerors are responsible for review of the terms and conditions described below and in the award budget template attached. If relevant, particular attention should be paid to clauses regarding USAID geographic code, marking and branding requirements and equipment and commodity purchases. 4.1 SOURCE OF FUNDING AND GEOGRAPHIC CODE Any award issued under this RFP will be financed by USAID funding and will be subject to U.S. Government and USAID regulations. The authorized USAID geographic code for this RFP and any resulting award is Code 937. All
commodities and services supplied under any subcontract resulting from this RFP must meet this geographic code in accordance with the US Code of Federal Regulations (CFR), 22 CFR 228. 4.2 WITHDRAWAL OF PROPOSALS Offerors may withdraw proposals by written notice via email received at any time before award. 4.3 RIGHT TO SELECT/REJECT FHI 360 reserves the right to select and negotiate with those firms/individuals 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. 4.4 JOINT VENTURES If the offeror does not have all the expertise for the assignment, they may associate with another firm to enable a full range of expertise to be presented. The request for a joint venture must be presented at the time of the initial proposal and must be accompanied with full details of the proposed association. 4.5 DISCLAIMER 1. Offerors will not be reimbursed for the cost incurred in preparation and submission of a proposal. All preparation and submission costs are at the offeror s expense 2. This 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. 3. FHI 360 reserves the right to negotiate with any or all firms, both with respect to price, cost and/or scope of services. 4. FHI 360 reserves the right to independently negotiate with any offeror, or to make an award without conducting discussion based solely on the written proposals if it decides it is in its best interest to do so. FHI 360 reserves the right to fund any or none of the proposals received. 5. FHI 360 reserves the right to disqualify any offer based on offeror failure to follow solicitation instructions. 6. FHI 360 may choose to award only part of the activities in the solicitation, or issue multiple award based on the solicitation activities. 7. FHI 360 reserves the right to waive minor proposal deficiencies that can be corrected prior to award determination to promote competition 8. FHI 360 reserves the right to check applicant s donor reference 4.6 OFFER VERIFICATION FHI 360 may contact offerors to confirm contact person, address, bid amount and to confirm that the bid was submitted for this solicitation.
4.7 FALSE STATEMENTS IN OFFER Offerors must provide full, accurate and complete information as required by this solicitation and its attachments. Failure to submit correct, complete and accurate information shall lead to automatic disqualification. 4.8 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. Failure to provide full and open disclosure may result in FHI 360 having to re-evaluate selection of a potential offeror. 4.9 RESERVED RIGHTS All RFP responses become the property of FHI 360 and FHI 360 reserves the right in its sole discretion to: o o o o o o Disqualify any offer based on offeror failure to follow solicitation instructions; 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 re-issue the RFP to whomever FHI 360 deems appropriate; Issue an award based on the initial evaluation of offers without discussion; Award only part of the activities in the solicitation or issue multiple awards based on solicitation activities. 4.10 GOVERNING LAW AND LANGUAGE This solicitation and any resulting contract shall be interpreted in accordance with the laws of the U.S. Government. The English language version of this solicitation and any resulting contract shall govern, and all notices pursuant to the provisions of this solicitation and any resulting contract shall be in English. 4.11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION (a) The offeror certifies that (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror, including but not limited to subsidiaries or other entities in which offeror has any ownership or other interests, or any competitor relating to (i) those prices, (ii) the intention to submit an offer, or (iii) the methods or factors used to calculate the prices offered; (2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror, including but not limited to subsidiaries or other entities in which offeror has any ownership or other interests, or any competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated or competitive solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern or individual to submit or not to submit an offer for the purpose of restricting competition or influencing the competitive environment.
(b) Each signature on the offer is considered to be a certification by the signatory that the signatory (1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; or (2) (i) Has been authorized, in writing, to act as agent for the principals of the offeror in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above; (ii) As an authorized agent, does certify that the principals of the offeror have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) above. (c) Offeror understands and agrees that (1) Violation of this certification will result in immediate disqualification from this solicitation without recourse and may result in disqualification from future solicitations; and (2) Discovery of any violation after award to the offeror will result in the termination of the award for default. 5. ATTACHMENTS The following documents are considered to be part of this RFP: A) Budget Template B) FHI 360 Biodata Form C) Certifications D) Funding Sponsor Flow-Down Terms and Conditions E) FHI 360 Contract Terms and Conditions