REQUEST FOR PROPOSALS

Similar documents
REQUEST FOR PROPOSALS. Implemented by:

Request for Proposals (RFP) English Access Microscholarship Teacher Exchange

REQUEST FOR PROPOSALS

Request for Proposal (RFP) USAID JORDAN LOCAL ENTERPRISE SUPPORT PROJECT (LENS) RFP# Startup Guide Website

UNIVERSITY RESEARCH CO., LLC 5404 Wisconsin Ave., Suite 800

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

REQUEST FOR PROPOSAL

County of Alpena Website Design and Development RFP

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposal. Housing Opportunity Program Development Services

Insert in subject line: Proposal for Developing and Producing a Forest-PLUS Program Video

Request for Proposal (RFP) USAID JORDAN LOCAL ENTERPRISE SUPPORT PROJECT (LENS) Food Processing Home-based Businesses Development Host Communities

Request for Proposal PROFESSIONAL AUDIT SERVICES

Request for Proposals (RFP) to Provide Auditing Services

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Energy Efficiency Programs Process and Impact Evaluation

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

REQUEST FOR PROPOSALS (RFP) Enhancing State Coordination for Ebola & Healthcare-Associated Infection Outbreak Response: Communications Tools

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

1 INTERNAL AUDIT SERVICES RFP

Ontario College of Trades

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR PROPOSALS: Community Activity Implementation for USAID Sharekna Project to Support Youth and Empower Local Communities

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

RFP FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSALS (RFP) State, Tribal and Community Partnerships to Identify and Control Hypertension

HIV REFORM IN ACTION Request for Applications: Informal Payment Study for Capitation Rate Development RFA:

Request for Quotation

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI-0059

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR SERVICE QUALIFICATIONS (RSQ) FOR AUDIT & TAX SERVICES

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS. Sage Seniors Association. Health Services for Seniors Mobile Health Service Providers

Request for Quotation (RFQ) Solicitation Overview

Request for Proposals. Community Needs Assessment Primary Data Collection: Surveys Focus Groups Photovoice RFP

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Request for Proposals and Specifications for a Community Solar Project

Pontiac Public Library. Request for Proposal. For Forensic Audit Services. For the period. July 1, 2012 to December 31, 2013

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

STATE OF MAINE Department of Economic and Community Development Office of Community Development

Request for Proposals to Identifying Gaps in Local Food Product Supply for Ontario Agri-Product Processors. Request Date: April 1, 2018

Midway City Council 11 July 2018 Regular Meeting. Financial Advisory Services / Award Contract

NOTICE TO AUDITORS SOLICITATION OF AUDIT SERVICES

NORTH CENTRAL REGIONAL LIBRARY

Request for Proposals

REQUEST FOR GRANT PROPOSALS. RESPONSE DEADLINE: Friday, March 2, 12 PM ET

Below are five basic procurement methods common to most CDBG projects:

Request for Organizational Assessment

REQUEST FOR PROPOSALS SERVICES FOR. [Federal Media Network Training] Prepared by. IOM Somalia. [Somalia Stabilization Initiative - SSI]

Sponsorship Agreement/Sub-Grant Posted Date June 6, 2016 Due Date for Applications Cycle 1: Cycle 2: July 15, 2016 January 13, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

RE: Request for Proposal Number GCHP081517

City of Malibu Request for Proposal

General Procurement Requirements

Request for Proposals for Identifying Regional Opportunities for Local Production. Request Date: April 1, Deadline: May 15, 2018, 12:00pm EST

Refer to section 2.C. for more information on the evaluation criteria.

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES

UNITAID PROPOSAL PROCESS

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR PROPOSALS

Call for Applications for the development of pre-commercial clean-energy projects and technologies

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSALS For Design Services for New Fire Station

U.S. - PAKISTAN PARTNERSHIP FOR AGRICULTURAL MARKET DEVELOPMENT

May 25, Request for Proposals No Offsite Virtual Net Metering

2016 Park Assessment

Town of Orange Park, Florida. Financial Auditing Services

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS 11 th August, A Strategy for the Atlantic Canadian Aerospace and Defence Sector for a Long-term Development Plan

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

Introduction. Proposal Submission

Request for Proposals. For RFP # 2011-OOC-KDA-00

WATERFRONT COMMISSION OF NEW YORK HARBOR

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Santa Ana Arts and Culture Master Plan

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Request for Proposals. Northeast Florida Local Government Fiscal Analysis Tool Development

REQUEST FOR PROPOSALS Paint Stewardship Program Public Awareness Study

ACI AIRPORT SERVICE QUALITY (ASQ) SURVEY SERVICES

RFP No Interim General Counsel Services

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Solicitation for the 2016 Principal Campaign Fund Organization (PCFO)

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

Request for Proposals (RFP)

Transcription:

Program: Mobile Solutions, Technical Assistance and Research (mstar) Last Mile Connectivity Initiative Solicitation No.: 101023.020.001.107 Authority: USAID Award No. AID-OAA-A-12-00073 Date of Issuance: Wednesday, January 17, 2018 Due Date for Questions: 5:00 PM US EDT Tuesday, January 23, 2018 Response to Questions: Friday, January 26, 2018 Closing Date: 5:00 PM US EDT Tuesday, February 6, 2018 Estimated Award Date: March 2018 1

TABLE OF CONTENTS TABLE OF CONTENTS... 2 1 PURPOSE STATEMENT... 3 2 OBJECTIVE & PROGRAM DESCRIPTION... 4 3 INSTRUCTIONS TO OFFERORS... 6 3.1 Offerors Eligibility... 6 3.2 Funding and estimated period of performance... 6 3.3 Proposal Submission Deadline... 6 3.4 Submission Method for Questions and Proposals... 6 3.5 Review Process... 6 3.6 Proposal Contents... 7 3.7 Evaluation Criteria... 8 3.8 AWARD AND NOTIFICATION OF SELECTED PROPOSALS... 10 4 TERMS AND CONDITIONS... 10 4.1 Source of Funding and Geographic Code... 11 4.2 Withdrawal of proposals... 11 4.3 Right to Select/Reject... 11 4.4 Disclaimer... 11 4.5 Offer Verification... 11 4.6 False Statements in Offer... 12 4.7 Conflict of Interest... 12 4.8 Reserved Rights... 12 4.9 Governing Law and Language... 12 4.10 Certification of Independent Price Determination... 12 5 ATTACHMENTS... 13 2

1 PURPOSE STATEMENT Background The purpose of this Request for Proposals (RFP) is to solicit proposals from prospective 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. mstar s Digital Inclusion workstream focuses on supporting the equitable expansion of affordable mobile services and internet connectivity to underserved populations through a market-driven approach. While mobile internet access is available to over two-thirds of the world (via 3G coverage), significant populations within low- and middle- income countries still cannot connect to the internet because of availability and affordability issues. A growing number of last-mile mobile and internet service providers and community networks, however, are extending access to remote and rural populations that to date have not been the focus of the major mobile network operators. These providers are employing innovative business models that demonstrate technical and commercial viability at low average revenue per user (ARPU) and success at the project-level, but face significant challenges in accessing and attracting private financing and investment required for growth. 1 mstar and USAID have commenced an initiative seeking to reduce barriers to financing in last-mile connectivity and drive investment, innovation and experimentation into technologies and businesses providing connectivity to marginalized populations. The activity detailed in this scope of work will support this initiative to develop resources for reducing one identified barrier to greater investment: an unclear value proposition for last-mile connectivity and lack of available market information. This RFP seeks proposals from firms to produce a white paper that briefly articulates the financial and social opportunities presented by last-mile connectivity enterprises and proposes a well-researched framework for key performance indicators (KPIs) in the sector. The KPIs will focus on commercial investment metrics as well as social and economic impact indicators that can clearly articulate an investee s value proposition and establish a standardized and formalized rubric for investors. As a supplement to the white paper, the selected firm will produce guidance documents on how to practically track and measure social and economic KPIs. The paper will be made available for public comment, leveraging technical expertise from industry thought leaders and dissemination channels to the impact investing community. Interested consulting firms or other organizations should have experience conducting structured desk research, designing and/or conducting impact studies, leveraging a rich network of contacts within the social impact community and internet access communities, and an ability to approach this research in an unbiased, impartial manner. The proposed personnel who will carry out this work should have deep knowledge of the enabling elements to mobile and digital adoption, including affordable connectivity and a strong professional reputation on the subject. 1 For discussion on this topic, see: Business Models for the Last Billion: Market Approaches to Increasing Connectivity; Closing the Access Gap: Innovation to Accelerate Universal Internet Adoption and Business Models for the Last Billion: Market Approaches to Increasing Internet Connectivity, 3

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 & PROGRAM DESCRIPTION Objective The objective of this work is to produce a white paper that briefly outlines the anticipated social and economic impact of connectivity and directly links this to a framework of financial and social and economic KPIs for last-mile connectivity businesses. This public-facing paper will be visually rich and designed to target two main audiences: (1) last-mile connectivity providers seeking to articulate their social value proposition to governments and investors and gauge company impact, and (2) the investment community, with an emphasis on impact-driven investors. The paper will put forth a proposed KPI framework, with pathways to impact and, where applicable, references to services riding on connectivity (e.g. off-grid solar, mobile money/banking, and smallholder farmer profiles). The paper will draw attention to connections with existing indicator frameworks within the social impact investing community. The paper will include as an annex or attachment a set of guidance documents for businesses seeking to apply and track the proposed indicators. These guidance documents will identify potential data sources and methods for practically projecting and tracking social KPIs to gauge impact over time. Tasks In order to obtain these insights, mstar seeks a highly qualified organization to perform the following tasks: Task 1: Complete desk research and literature review. The selected organization will first synthesize the findings and lessons learned of other reports on the financial opportunity of last-mile connectivity and the academic and organizational literature on the social and economic impact of expanding mobile services and internet connectivity. The selected organization will review existing and widely accepted, standardized social impact indicator compendiums, such as the Global Impact Investment Network s IRIS Metrics, and highlight opportunities for correlation. Task 2: Develop proposed KPI framework and capture impact pathways. From the analysis performed in Task 1, the selected organization will build a coherent KPI framework. The assessment framework should come with a Theory of Change and/or logic model associated with investments in last-mile connectivity leading to social and economic impact/change, and highlight connections, where possible, between lastmile connectivity investments and related services, including financial services and off-grid solar. Task 3: Produce a public-facing white paper and guidance documents. The selected organization will utilize the learnings from Task 1 and KPI framework agreed upon in Task 2 to author a white paper. The white paper will be supplemented with a set of guidance documents detailing how KPIs can be measured and tracked. The white paper will be open for public comment through a method proposed and implemented by the selected organization, such as review by an advisory group or feedback through a dedicated session at an investment forum. The guidance documents will be reviewed by a set of potential users. 4

Deliverables The selected organization will provide the following deliverables: 1. A brief kickoff presentation (5-10 slides), produced by the end of the first week, that outlines the proposed approach to address the primary objectives. This outline should describe a clear methodology for each primary deliverable. 2. A work plan that: Outlines key activities and timeline. Documents the agreed upon methodology outlined in the kickoff presentation. A draft list of any additional data sources, reports, and individuals/groups for consultation that will be used in analysis must also be included. 3. A short summary document (5-8 pages) outlining key points and learnings from the desk review. 4. A proposed framework for financial and social and economic KPIs for last-mile connectivity enterprises, including definitions and impact pathways. 5. A draft white paper that briefly articulates the financial and social and economic opportunities presented by last-mile connectivity enterprises and outlines the above KPI framework. The draft will be reviewed by mstar and USAID and subsequently opened for public comment via an agreed upon method. 6. A final, copy-edited white paper with an executive summary and accompanying guidance documents. The selected organization will organize bi-weekly meetings (remote) to report on progress with mstar and USAID and solicit feedback on deliverables. Table 1. Anticipated Timeline No. Deliverable Estimated Due Date 1 Kick-off presentation 1 week after project start 2 Workplan, with timeline and methodology 2 weeks after project start 3 Desk research summary 6 weeks after project start 4 Proposed KPI framework 8 weeks after project start 5 Draft white paper, with KPI framework and guidance 12 weeks after project start 6 Final white paper, with KPI framework and guidance 20 weeks after project start 7 PowerPoint deck and presentation of white paper 22 weeks after project start Location 5

The selected organization may work remotely, with travel as deemed necessary for the fulfillment of the scope. 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 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 Firm Fixed Price Subcontract not to exceed US$125,000. FHI 360 will issue payment(s) based on submission and FHI 360 acceptance of invoices and associated deliverables. Once a subcontract is issued, it will include an invoicing schedule as well as a schedule of deliverables/milestones specified in the Scope of Work. The subcontract is anticipated to commence in March 2018 and final deliverables are anticipated to be submitted in June 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: Conor Farrell <CFarrell@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. The email subject line should read Last-Mile Connectivity White Paper [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. 6

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, biodata forms, references and other attachments. Complete proposals must include the following sections: 1. Technical Approach The technical approach must: 1) Demonstrate the offeror s understanding of the subject matter, including: the challenges and opportunities in providing last-mile mobile and internet connectivity through innovative new models; the potential social and economic impact of connectivity for individuals/communities; and the use of financial metrics and social and economic KPIs for tracking business performance. 2) Outline a proposed methodology describing how the offeror intends to conduct the research for this activity and create the white paper and accompanying guidance document. 3) Include a proposed implementation plan and accompanying timeline for the project. While the 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, to include an inclusive approach for capturing and incorporating public feedback on the draft paper and framework. 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 past experience with social impact studies and evaluation research and/or quantitative and qualitative research. It should also highlight an understanding of the enabling elements to connectivity and mobile and digital adoption, such as affordable connectivity, digital literacy, locally relevant content and mobileenabled real-time data collection and analysis. The personnel statement should also indicate written and oral proficiency in English. CVs of the proposed personnel who will conduct the work (maximum 2 pages per CV) 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 digital inclusion thought leadership, social impact studies, evaluation research, and private sector engagement. The proposed management structure for the implementation of this activity. 7

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). 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. When preparing their budgets and budget narrative, offeror must follow these instructions: 1. 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. 2. 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. 3. Budgets must be submitted in USD. 4. 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 1. 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. 2. Registration certificate for the organization. 3.7 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. 8

Evaluation Criteria Technical Approach Understanding of the subject matter and issues. Comprehensiveness of proposed approach and technical soundness of methodology and reasoning why the methodology 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 research, and impact assessment. Personnel should also be familiar with and, ideally, have experience working with the last-mile connectivity and investor community. Proposed staff person(s) who will be responsible for implementation have the relevant skills and past experience to successfully complete the assignment, in terms of researching and generating the report. 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 digital inclusion, evaluation research, and social impact studies (networks, publications, presentations, etc. should be referenced). 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 Points 30 points 30 points 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 9

contracts under this RFP on the basis of initial offers without discussions or without establishing a competitive range. 3.8 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. 10

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 after negotiation but before final acceptance by FHI 360. 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. 11

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 Disqualify any offer based on offeror failure to follow solicitation instructions; o 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; o Extend the time for submission of all RFP responses after notification to all offerors; o Terminate or modify the RFP process at any time and re-issue the RFP to whomever FHI 360 deems appropriate; o Issue an award based on the initial evaluation of offers without discussion; o 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 12

(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 13