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

Similar documents
REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS. Implemented by:

Request for Proposals (RFP) English Access Microscholarship Teacher Exchange

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

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

County of Alpena Website Design and Development RFP

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

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

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

DEKALB COUNTY GOVERNMENT REQUEST FOR PROPOSAL WEBSITE RE DESIGN

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

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

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

Request for Quotation (RFQ) Solicitation Overview

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

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

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Request for Quotation

Request for Proposals (RFP)

December 1, CTNext 865 Brook St., Rocky Hill, CT tel: web: ctnext.com

General Procurement Requirements

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

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

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

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

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

Request for Proposal. Parenting Education

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

CITY OF PITTSBURGH Office of Management & Budget

Request for Proposal. Independent Living

1 INTERNAL AUDIT SERVICES RFP

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Request for Proposal RFP # Web/UX project lead (design, strategy, client management) 15 Nov Equal Measures 2030-FY18

U.S. - PAKISTAN PARTNERSHIP FOR AGRICULTURAL MARKET DEVELOPMENT

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

REQUEST FOR PROPOSALS & QUALIFICATIONS TO PROVIDE Foreign Investment Compliance Analysis

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

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

REQUEST FOR PROPOSALS RFP# CAFTB

Ontario College of Trades

Request for Proposals (RFP)

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

ISSUING AGENCY INFORMATION. Guam Economic Development Authority. John A. Rios Administrator

Pierce County Community Connections

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Proposal. Interpretation/Translation Services

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

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

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

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

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

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Request for Proposal. WEBSITE DESIGN and CONTENT MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

Request for Proposals (RFP) for Police Body Worn Camera Systems and Video Storage Solutions For City of Boulder City, Nevada

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

Request for Proposal PROFESSIONAL AUDIT SERVICES

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

REQUEST FOR PROPOSAL (RFP) FOR THE DESIGN, DEVELOPMENT, AND IMPLEMENTATION OF CITY ECONOMIC DEVELOPMENT WEBSITE

Request for Proposals (RFP)

Dakota County Technical College. Pod 6 AHU Replacement

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

KELLER INDEPENDENT SCHOOL DISTRICT

EAST AFRICA TRADE AND INVESTMENT HUB (THE HUB) RFP

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

REQUEST FOR PROPOSALS

Request for Proposals Issued by Northeast Florida Regional Council To Re-Write the City of Atlantic Beach Land Development Regulations

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

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

May 25, Request for Proposals No Offsite Virtual Net Metering

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

1. Request for Proposal Services

REQUEST FOR PROPOSAL: SAN EXPANSION & OPTIMIZATION

CITY OF PITTSBURGH Office of Management & Budget

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSALS DUE BY OCTOBER 12, 2018

Current State WFRPC s current website is obsolete due to the new branding that will happen soon. It is cumbersome and difficult to update or edit.

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Request for Proposals and Specifications for a Community Solar Project

Request for Information and Qualifications RFIQ No Facility Asset Management Consulting Services

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

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

Request for Proposals (RFP)

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

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

CALGARY FOUNDATION REQUEST FOR PROPOSALS FOR. Responsive Website Redesign calgaryfoundation.org. ISSUED: March 20, QUESTIONS BY: March 27, 2017

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Transcription:

Request for Proposal (RFP) USAID JORDAN LOCAL ENTERPRISE SUPPORT PROJECT (LENS) RFP# 04122018-0900 - Startup Guide Website RFP # 04122018 Issue Date: 12 April 2018 Questions Deadline: 15 April 2018 Submission of questions or requests for clarification in writing via email to RFP@jordanlens.org, subject line: Questions - RFP# 04122018-0900 Startup Guide Website, by 12:00 pm, local time in Jordan. Please note that inquiries and answers to inquiries will be shared with all registered Offerors. Please do not contact any USAID Jordan LENS employees regarding this RFP. Contacting individual employees shall be cause for disqualification. NO TELEPHONE INQUIRIES WILL BE ANSWERED. Answers to be shared: 16 April 2018 Questions received and Answers will be published on the project website, under the solicitation. http://jordanlens.org/work_with_us/solicitations Offer Submission Deadline: 23 April 2018 Proposals are due by 4:00 pm local time in Jordan, via email to RFP@jordanlens.org. Emailed submissions must contain the subject line: RFP# 04122018-0900 Startup Guide Website Proposals received after the deadline will not be considered. Award Type: Fixed Price Purchase Order Expected Award: May 2018 Expected Delivery: August 2018 1. PURPOSE STATEMENT FHI 360, on behalf of USAID LENS, is seeking a Firm to redesign and restructure the Startup Guide website to be more user friendly and Search Engine Optimization (SEO) friendly. as described below. The anticipated time for implementation is May 2018 to August 2018. 2. BACKGROUND INFORMATION The Startup Guide is a resource that was developed by the USAID Jordan Local Enterprise Support Project (LENS) in partnership with the Ministry of Industry, Trade and Supply in 2016. The guide aims to increase the ease and awareness of registration for micro and small businesses in Jordan and to help small business owners make more informed decisions when registering their businesses. The Startup Guide is available for download at its dedicated website www.startupguidejo.com.

3. PROGRAM INFORMATION The USAID Jordan Local Enterprise Support Project (USAID LENS) is a five-year project funded by the United States Agency for International Development (USAID), Award No. AID-278-LA- 14-00001, to encourage the long-term sustainable economic growth of underserved Jordanian communities. 4. SCOPE OF WORK/TASKS/ACTIVITIES The Startup Guide website was initially managed and set up by a PR company that handled the launch campaign in 2016. Once the campaign ended, the PR company handed over the website to the USAID LENS communications team, however it became apparent that the backend system for the website they designed was too complicated for the average, nontechnical person to use. In addition, USAID LENS would like to further develop the website by adding more content to it, namely a series of animated videos that are being finalized. The goal is for the website to become a user-friendly informative platform for anyone who seeks to register and license a small business in Jordan. The Selected Bidder shall carry out the following activities: 1. Move website to another host (currently being hosted on Leoden) 2. Create a simple Content Management System (CMS) backend system that can be easily navigated by someone who is not a developer. In their proposal, Offerors should outline what CMS system they propose and other technical specifications required to build the website. 3. Redesign front end of website to be more user friendly and SEO friendly, while keeping the same branding colors and themes. In their proposal, Offerors should submit draft drawings or illustrations for how they envision the new look of the website. 4. Upload updated Arabic and English versions of Startup Guide. 5. Update the registration form (available on the current website) 6. Create a simple database that houses the registration form data and can be easily downloaded and analyzed. 7. Include the quiz that is currently housed on the current website 8. Add Startup Guide videos (currently under development). 5. FUNCTIONAL REQUIREMENTS The following requirements have been identified for Startup Guide website: A. Content Management System (CMS): Website solution must have a CMS to enable web administrator to easily update the content of the website without the need of programming. It should allow updating content, adding pages, updating navigation menus, managing users, uploading content (files and media) and any other operations needed to control and update the website without the need to contact the solution provider. Uploading files and media content to the website through CMS must be unlimited, must be stored in the database and searchable. Creating new pages in the website must enable the website administrator to design the content in that page (paragraphs and images used in the web page) with the minimum knowledge in HTML & JavaScript only. Also adding these new created pages to the main menu should be an easy task through controlling menu nodes. CMS must have the ability to create users and user groups to determine who can do what in which section of the site. 2

At any time in the future if new content is needed on the website (i.e. News, Articles, ) which did not exist earlier during the development phase, this CMS must have the ability to create it and add it on any section on the website. B. Multi-language: the website interface and content will be in both languages (Arabic and English) therefore the website CMS must enable the website administrator to upload all kind of data and content in both languages. Arabic will be the main interface and landing page. C. Cross browsing compatibility and responsiveness: the proposed website must be able to work on all kinds of web browser (IE, Firefox, Chrome and Opera). It must also be responsive to all devices (mobile, pads, laptops and desktops). D. Search engine: all content of the website must be indexed and searchable and the returning result must highlight the keywords and remove duplicated results, advanced search capability must be available to create a better searching mechanism. E. Media gallery: the website should have readymade tools to create photo gallery or video gallery. F. Downloadable printable documents: The Offeror should propose solutions for how the number of downloads can be easily tracked by the web administrator. 6. DELIVERABLES No. Deliverables Due date 1 Renewal of domain name and hosting 24 May 2018 2 Submit detailed proposal for new front end (design) and back end (structure and CMS) for the website 31 May 2018 3 Submit a timeline for website development 31 May 2018 4 Submit the redesigned website 29 July 2018 5 Carry out a training session for USAID LENS team on how to use the website and 2 August 2018 access the backend 6 Handover report including user instructions and website access details 9 August 2018 7. SUBMISSION INSTRUCTIONS This section contains general and specific requirements for submitting the technical and cost proposals. Please ensure the following forms are completed and submitted with your proposal: Evidence of Responsibility and Independent Price Determination (Attachment A) Copy of your legal registration and vocational license Failure to submit these forms will result in disqualification from consideration. a. This RFP is open to all qualified, interested firms and organizations registered in Jordan. The lead staff involved in this activity and those communicating with USAID LENS must be fluent in both English and Arabic. Jordanian firms or international firms registered in Jordan are encouraged to apply. If the Offeror includes a group of firms and/or subcontractors, one lead organization or firm must be clearly identified and is responsible for handling all reporting and coordination with USAID Jordan LENS. The Offeror must also 3

propose a Project Manager that serves as the primary Point of Contact (POC) for USAID LENS. b. The Offeror is requested to submit a proposal directly responsive to the tasks, terms, and conditions of this RFP. The overall proposal shall consist of two (2) physically separated parts: Technical Proposal and Cost Proposal. Technical Proposals shall not make reference to cost or pricing details. c. Alternative proposals will not be considered. Proposals not conforming to this solicitation may be categorized as unacceptable and eliminated from further consideration. d. Offerors are allowed to submit one proposal. If an Offeror participates in more than one proposal, all proposals involving the Offeror will be rejected. e. Proposals shall be written in English. Cost proposals shall be presented in Jordanian Dinar. f. Proposals must remain valid for a minimum of sixty (60) days. The Offeror may submit its proposal by the following means: Electronically - Internet email with up to two (2) attachments per email compatible with MS WORD, Excel, and Adobe Acrobat in a MS Windows environment to: RFP@jordanLENS.org. g. The person signing the Offeror s proposal must have the authority to commit the Offeror to all the provisions of the Offeror s proposal. h. The Offeror shall submit its best proposal initially as FHI 360 intends to evaluate proposals and make an award without discussions. However, FHI 360 reserves the right to conduct discussions should FHI 360 deem it necessary. i. Proposals must be clearly and concisely written and must describe and define the Offeror s understanding and compliance with the requirements contained in the PURPOSE STATEMENT/DELIVERABLES/STATEMENT OF WORK. All pages must be sequentially numbered and identified with the name of the Offeror and the RFP number. PART A: TECHNICAL PROPOSAL The Technical Proposal shall be straightforward and concise describing how the Offeror intends to carry out and satisfy the tasks/activities described above. No cost or pricing information is to be included in the technical proposal. Technical proposals are limited to 14 pages in total, not including the Organizational Information, CVs of proposed personnel and annexes. Pages in the Technical Proposal in excess of 14 pages will not be read or evaluated. The technical proposal shall be formatted using the following sections: 1. Organizational Information (not part of page limit): o Organization s legal name o Contact name and position or title o Organization s e-mail address, physical address and telephone number o Evidence of Responsibility and Independent Price Certification Form (includes confirmation that firm is a USAID-designated Geo Code 937 country meaning Jordan, the US, and other developing countries) o Copy of legal registration authorizing organization to do business in Jordan 4

2. Technical Approach narrative not to exceed eight (8) pages. The Offeror shall demonstrate its understanding, ability and overall approach to performing the requirements described in the RFP, in a structure addressing the following: 2.1 Understanding of the work required narrative not to exceed five (5) pages The Offeror shall demonstrate its understanding of the work required by suggesting ideas for achieving the objectives stated on page 2. In this section, the Offeror should outline their best suggestions for how the website can be restructured and redesigned to be more user-friendly and SEO-friendly. The Offeror is encouraged to submit draft drawings or illustrations for how they envision the new look of the website. In addition, the Offeror should outline what CMS system they propose and other technical specifications required to build the website. 2.2 Approach to conducting the work narrative not to exceed two (2) pages The Offeror shall outline the approach to conduct the work required, having considered the required deliverables. This section should include a timeline or a Gantt chart reflecting the execution of the work, along with a narrative description on how the work will be done. Creative approaches that can save time and cost are appreciated as long as the quality of the event is not compromised. 2.3 Specific work undertaken by Offeror narrative not to exceed one (1) page The Offeror shall indicate which activities will be done directly by the Offeror, and which activities will be out-sourced, by identifying specific vendors for services if needed. The Offeror shall clearly explain how it proposes to structure, design, manage and execute the work required in the Technical Approach. * Offeror should provide a copy of a proposed Service Level Agreement (SLA) for maintenance and support services for one year. 3. Capability Statement - narrative not to exceed two (2) pages. The Offeror shall demonstrate its specialized competence with regards to the requirements of the tasks/activities. The Offeror shall demonstrate it has the necessary organizational systems, vendors, and personnel to successfully comply with the contract requirements and accomplish the deliverables. Do not reference past performance examples (the following section is designated for examples). Instead provide an overview of the firm s experience in similar work from a capability and competence angle. 4. Past Performance Narrative not to exceed three (3) pages. The Offeror shall provide at least three (3) examples of past performance of performing similar work in Jordan or the region as being requested in this RFP. The past performance examples must be within the last five (5) years and shall be similar to what is being requested in this RFP. The Offeror must provide references for each example, including the name, title, phone 5

number and email address of specific clients for whom the event belongs to using (Attachment B)- PPR template 5. Personnel/Staffing narrative not to exceed three (3) pages. A summary describing the proposed staff for project including up to three team leaders. The summary shall include names, relevant qualifications of similar experience and the proposed role for each individual. A Project Manager must be identified with a minimum of five years experience in marketing. The Offeror must also include the CVs of key staff members involved in the Project, including the Project Manager and up to 3 Team Leaders. Each CV should not exceed three (3) pages. Note: Again, CVs do not count towards the proposal page limitation. PART B: COST PROPOSAL The Offeror shall propose and offer a realistic and reasonable costs for this work in accordance with the Offeror s technical approach. The Offeror shall provide an offer based on cost elements described below using (Attachment C Price Schedule). Offerors are allowed to make necessary changes to the attached Budget Template. The offeror shall include all costs necessary to implement the work described above in section no. 4 and no. 5 in the cost proposal. Please note that no international travel will be funded through this award so all Offerors must propose staff based in Jordan. Additional Guidelines: 1. Cost proposals shall be presented in Jordanian Dinar. 2. Cost proposal must be exclusive of any taxes. EVALUATION CRITERIA This solicitation is open to eligible organizations able to work in Jordan and adheres to USAIDdesignated Geo Code 937 country meaning Jordan, the US, and other developing countries). Proposed key staff, including the Project Manager, must be fluent in English and Arabic. The selected Offeror will be responsible for designing and executing all activities outlined in this Request for Proposal in cooperation with USAID Jordan LENS. Proposals will be evaluated based on a Trade-Off Methodology assessing non-cost and cost factors. In order for proposals to be evaluated for technical merit, proposals must meet the mandatory requirements as follows: Be legally registered and able to do business in Jordan; Offeror must provide a copy of registration document Submitted the Evidence of Responsibility and Independent Price Determination Nationality of Offeror meets USAID Geographical Code 937 requirement. 6

Proposals meeting the mandatory requirements will be then evaluated for technical merit based on criteria in the below chart. Those proposals scoring 65 points or higher (out of 80 points) will be considered for cost effectiveness. Section Technical Approach The Cost Evaluation, worth 20 points, will include a cost comparison to other offerors, cost reasonableness (noting that low offers may be deemed unrealistic or unreasonable to accomplish the intended results of this RFP), and sufficient explanation of budget items and notes. Capability Statement Description The Offeror shall demonstrate its understanding of the work required by suggesting ideas for achieving the objectives stated on page 2. Please note points will be deducted from the evaluations of Offerors that copy and paste text from this RFP into their bids. (10 points) In this section, the Offeror should outline their best suggestions for how the website can be restructured and redesigned to be more user-friendly and SEO-friendly. (10 points) The Offeror is encouraged to submit draft drawings or illustrations for how they envision the new look of the website. (5 points) The Offeror shall outline what CMS system they propose and other technical specifications required to build the website. (5 points) Timeline or Gantt chart of the activities required. (5 points) Demonstration of specialized competence with regards to the requirements of the tasks/activities, necessary organizational systems, vendors, and personnel to successfully comply with the contract requirements and accomplish the deliverables. Past Performance Inclusion of at least 3 relevant past performance examples of similar events in Jordan or the region. (10 points) References provided by past clients for these examples and their evaluation of the Offeror s ability to deliver on time and within quality and budget expectations. (5 points) Personnel/Staffing Qualifications and past relevant experience of the Project Manager and up to 3 team leaders proposed to perform the requirements of this scope of work. Technical Evaluation Threshold Only offers that receive a technical evaluation score above 65 points (out of 80) will be considered for cost evaluation. Cost Evaluation Cost comparison among offerors for the stated tasks. 20 Maximum Points 35 15 15 15 80 Total Points 100 7

The Offer that scores the highest will be determined the most responsive to the RFP and the Project s needs. 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 that it does not meet the requirements of this RFP, and/or if the price is so unreasonable that the Offeror would not be able to complete the work for that price. FHI 360 may exclude an offer that would require extensive discussions, a complete rewrite, or major revisions such as to allow an Offeror unfair advantage over those more competitive offers. Oral presentations: The selection committee reserves the right to require shortlisted applicants to present key parts of their submitted applications to the committee. 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. NOTE: FHI 360 will not compensate the company for its presentation of response to this RFP nor is the issuing of this RFP a guarantee that FHI 360 will award a subcontract. GENERAL TERMS AND CONDITIONS 1. Any proposal received in response to this solicitation will be reviewed strictly as submitted and in accordance with Section VI, 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 bid 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 bid 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. CONTRACT MECHANISM FHI 360 anticipates awarding a fixed price subcontract to the Offeror whose proposal will be evaluated based on the evaluation criteria described previously. 8

4. WITHDRAWALS OF PROPOSALS Offerors 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. 5. RIGHT TO SELECT/REJECT FHI 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. 6. DISCLAIMER 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. 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 contract. Only the execution of a written contract shall obligate FHI 360 in accordance with the terms and conditions contained in such contract. 7. REQUEST FOR PROPOSAL FIRM GUARANTEE All information submitted in connection with this RFP will be valid for 60 (sixty) 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. 8. OFFER VERIFICATION FHI 360 may contact Offerors to confirm contact person, address, bid amount and that the bid was submitted for this solicitation. 9. FALSE STATEMENTS IN OFFER Offerors must provide full, accurate and complete information as required by this solicitation and its attachments. 10. 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. 11. RESERVED RIGHTS All 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. 9

FHI 360 reserves the right to waive any deviations by Offerors from the requirements of this solicitation that in FHI 360 s opinion is 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. Issuing this RFP is not a guarantee that FHI 360 will award a subcontract. FHI 360 may choose to award a subcontract to more than one offeror for specific parts of the activities in the RFP. ATTACHMENTS: attachments set forth in this RFP below are to be filled according the guidance and returned accordingly. Attachment A: Evidence of Responsibility and Independent Price Determination Form Attachment B: PPR template Attachment C: Cost proposal Attachment D: Startup Guide info (external attachment for guidance) 10

ATTACHMENT A: RFP# 04122018-0900 Startup Guide Website - Evidence of Responsibility and Independent Price Determination Form - (Enter company name), by signing this form, hereby: 1. Eligibility to Receive Award - certifies it is qualified and eligible to receive an award for the provision of [describe goods or services] under applicable laws and regulations of the United States and Jordan. 2. Source/Nationality certifies it meets the USAID Geographic Code 937 requirements, that it is indeed a legally registered entity/company in either Jordan, the United States or a USAIDdesignated Geo Code 937 developing country (refer to USAID ADS 310maa for the list of developing countries: https://www.usaid.gov/ads/policy/300/310maa.) 3. Authorized Negotiators - confirms our offer, in response to this solicitation, may be discussed with any of the following individuals: Name/Title Address Telephone E-mail 4. Adequate Financial Resources - confirms it has adequate financial resources to implement this contract. 5. Ability to Comply - Having taken into consideration all current and anticipated other business commitments, will able to comply with the proposed terms and delivery schedule for this project. 6. Conflict of Interest confirms it has not offered gifts, payments or other remuneration, either directly or indirectly, to officials of FHI360 or the LENS Project in attempt to influence decisions or actions with respect to this solicitation. 7. Record of Performance, Integrity and Business Ethics - certifies that it and/or any of its Principals are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any donor agency; and have not, within a three-year period preceding this proposal, been convicted of or had a judgment rendered against them for commission of fraud or a criminal offense; and have not, within a three-year period preceding this proposal, had one or more contracts terminated for default by any donor agency. 8. Certification Regarding Terrorism Financing - certifies that it, or any of its principals, are not on the U.S. Department of Treasury Office of Foreign Assets Control (OFAC) Specially Designated Nationals (SDN) List and is eligible to participate in this solicitation. 9. Organization, Experience, Accounting, Operational Controls, and Technical Skills - certifies it has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them. 10. Equipment and Facilities confirms has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. 11. Certification of Independent Price Determination certifies: 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 11

the case of a sealed bid solicitation) or contract award (in the case of a negotiated or competitive solicitation) unless otherwise required by law. 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. 4. Each signature on the offer is considered to be a certification by the signatory that the signatory: a. 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 b. 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. 5. Offeror understands and agrees that: a. Violation of this certification will result in immediate disqualification from this solicitation without recourse and may result in disqualification from future solicitations, and b. Discovery of any violation after award to the offeror will result in the termination of the award for default. Acceptability of Contract Terms Offeror hereby accepts all proposed solicitation and contract terms. By signature hereon, the Offeror certifies that these statements are accurate, current, and complete. Name/Title: Signature: Date: 12

ATTACHMENT B - RFP# 04122018-0900 Startup Guide Website - PAST PERFORMANCE REPORT PAST PERFORMANCE REPORT 1. Offeror: 2. Contract/Grant No.: 3. Contract Type: 4. Period of Performance: 5. Place of Performance: 6. Contract Value: 7. Contact (names, job titles, mailing addresses, phone numbers, e-mail addresses): 8. Client Contact (name of company or organization, address, and name, phone number and e-mail address of contact person): 9. Skills/expertise required: 10. Scope or Work: Technical Approach Key Results/Accomplishments of the Project Sustainability of Efforts 13

ATTACHMENT C: RFP# 04122018-0900 Startup Guide Website - Price Schedule Cost to be provided per the described deliverables above; moreover, the Offeror is to fill out the sections below left empty. Item No Item Name Description/Specifications QTY. Website development Design of Concept Renewal of domain name and hosting onto a different, more user-friendly platform. Development of website and detailed user requirements, completed and tested per the agreed upon requirements with USAID LENS. (must be done by 24th May 2018) Submit at least 3 suggestions for a new front end (design) and back end (structure and CMS) for the website in accordance with USAID LENS requirements outlined above. Development of graphic design and website structure completed and accepted by USAID LENS. (must be done by 31 st May 2018) Support warrantee (Year/s offered for after sales support of website) Number of calendar days of work completion Unit Price Total Price

Schedule of work Final design and structuring for the website. Training on website Site launch and handover of website Maintenance agreement Submit a timeline plan for Website set up in production/hosting environment, testing completed, all functions verified, and Quality Assurance is done. (must be done by 31 st May 2018) Submit the redesigned and restructured website up and launched with full technical functionality, and all documentations, pictures and user manuals are working properly. Acceptance by USAID LENS. (must be done by 29 th July 2018) Carry out a training session for USAID LENS team under User and administration training for managing the content, access and all other functions for the website applications. (must be done by 2 nd August 2018) Handover a complete and active website for LENS, and handover a report including user instructions and website access details. (must be done by 9 th August 2018) Define what is included in maintenance and provide SLA. 15

A maintenance agreement for 1 year with SLA signed from signing off the website to USAID LENS. GRAND TOTAL IN JORDANIAN DINAR (Price to be exclusive of Sales Tax) * Offeror can refer to (Attachment D: Startup Guide info) as a reference to have an idea about the guide (attached separately). 16